0% found this document useful (0 votes)
524 views

County of Alameda: Request For Proposal No. 901688 Next Generation Security Platform

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
524 views

County of Alameda: Request For Proposal No. 901688 Next Generation Security Platform

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
You are on page 1/ 55

WILLIE A. HOPKINS, JR.

, Director

COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901688
NEXT GENERATION SECURITY PLATFORM

For complete and updated information regarding this project, please visit the
County’s website for Current Contracting Opportunities or contact the following
County representative:

Ariana Figueroa
Procurement & Contracts Specialist

(510) 208-9599
[email protected]

Alameda County is committed to reducing environmental impacts across our entire supply chain. If
printing this document, please print only what you need, print double-sided, and use recycled-
content paper.

1401 Lakeside Drive, Suite 907  Oakland, CA 94612


Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/ Revised 05-01-2018
CALENDAR OF EVENTS
REQUEST FOR PROPOSAL No. 901688
Next Generation Security Platform

EVENT DATE/LOCATION
RFP Issued September 19, 2018
Questions Due October 5, 2018 by 5:00 p.m.
October 4, 2018 at 1:30 p.m.

GSA-Procurement
Room 1107, 11th Floor
Networking/Bidders Conference 1401 Lakeside Drive
Oakland, CA 94612

TO ATTEND ONLINE:
http://gsaalamedacounty.adobeconnect.com/ad
min/show-event-catalog
List of Attendees/Vendors Issued October 8, 2018
Q&A Issued [only if applicable] October 15, 2018
Addendum Issued [only if applicable] October 15, 2018
Response Due October 29, 2018 by 2:00 p.m.
EZSourcing Supplier Portal https://ezsourcing.acgov.org
Evaluation Period October 29, 2018 – November 27, 2018
Vendor Interview Dates Announced November 7, 2018
Notice of Intent to Award/Non-Award Issued November 28, 2018
Notice of Board Award Date Issued February 13, 2019
Board of Supervisors Board Date February 19, 2019
Contract Start Date March 1, 2019
NOTE: All dates are tentative and subject to change.

Alameda County Vendor Outreach


Wednesday, September 26, 2018
10:30 a.m. – 11:30 a.m. COME MEET ALAMEDA COUNTY’S
PROCUREMENT TEAM!
Alameda County Public Health – This is a public event where vendors can speak
Creekside Plaza Building with GSA professionals and learn more about
st
1 Floor, Oak Conference Room current contracting opportunities with the County.
1100 San Leandro Blvd., Suite 120
San Leandro, CA 94577
COUNTY OF ALAMEDA
REQUEST FOR PROPOSAL No. 901688
SPECIFICATIONS, TERMS & CONDITIONS
for
NEXT GENERATION SECURITY PLATFORM

TABLE OF CONTENTS
Page
CALENDAR OF EVENTS 2
I. STATEMENT OF WORK 4
A. INTENT 4
B. SCOPE 4
C. BACKGROUND 4
D. BIDDER MINIMUM QUALIFICATIONS 5
E. REQUIREMENTS 5
F. DELIVERABLES / REPORTS 10
G. NETWORKING / BIDDERS CONFERENCES 11
II. COUNTY PROCEDURES, TERMS, AND CONDITIONS 12
H. EVALUATION CRITERIA / SELECTION COMMITTEE 12
I. NOTICE OF INTENT TO AWARD 17
J. BID PROTEST/APPEALS PROCESS 17
K. TERM / TERMINATION / RENEWAL 20
L. QUANTITIES 20
M. PRICING 20
N. AWARD 21
O. METHOD OF ORDERING 23
P. WARRANTY 23
Q. INVOICING 23
R. ACCOUNT MANAGER / SUPPORT STAFF 24
III. INSTRUCTIONS TO BIDDERS 24
S. COUNTY CONTACTS 24
T. SUBMITTAL OF BIDS 25
U. RESPONSE FORMAT 27

ATTACHMENTS
EXHIBIT A - BID RESPONSE PACKET
Specifications, Terms & Conditions
for Next Generation Security Platform<

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the design,
implementation, and integration of full feature firewalls in the County of Alameda’s
infrastructure.

The County intends to award a three-year contract (with option to renew) to one or
more bidders selected that have products or solutions that conform best to the RFP
and County requirements.

B. SCOPE

Alameda County is looking to replace the current perimeter security platforms. It is a


mixture of next generation and legacy security devices. Ideally, the solution should
collapse existing firewalls and security functionality into a single security platform. This
new platform would offer required throughput, new security features, and centralized
administration as outlined below. There are six sets of firewalls that are included in the
scope of this RFP. The solution should allow for additional security zones and or
instance capability to be added at a later time. It is expected that the solution provide
security features such as application awareness, advance malware protection, URL
filtering, security intelligence, intrusion detection, and intrusion prevention. The
solution must have high availability and fault tolerance.

C. BACKGROUND

Alameda County has experienced exponential growth due to cloud based applications
(Office365, cloud backups, etc.), modern technologies (increased web video streaming,
video meetings), and ever increasing security challenges. The County currently has
several outdated firewall appliances, several newer ones that are not meeting growth
requirements (additional speed), and an excessive hardware footprint. The County is
looking for a solution that will address these and future challenges. Currently Alameda
County perimeter firewalls, 1221 Oak Street datacenter, has the capability of multiple
virtual firewalls, quantity of four 10Gbs interfaces, and total throughput of 2.5 Gbps of
traffic with all features turned on. See Appendix 1. The internal SQL firewall consists of
two firewalls with throughput of 10GB and is a layer two firewall. There is also remote
access to internal resources through Virtual Private Network (VPN) with two-factor
authentication.

RFP No. 901688


Page 4
Specifications, Terms & Conditions
for Next Generation Security Platform<

D. BIDDER MINIMUM QUALIFICATIONS

1. Bidder and all key personnel assigned to the project shall be regularly and
continuously engaged in the business of providing next generation firewall and
security design, implementation, and support for at least five years.

2. Bidder shall be authorized to sell and support the products and related services.
Bidder must provide proof of certification that the bidder is authorized to supply
product and perform services as specified under this RFP.

E. REQUIREMENTS

3. Contractor should have architects and engineers certified at the highest level for
the products which will be used in the proposed solution.

4. Contractor’s solution shall include product selection, design, implementation and


migration to a new firewall and perimeter security environment. This
environment shall replace six firewall sets. The solution should collapse existing
firewalls and security functionality into a single security platform. A separate
solution shall be able to protect SQL environments and be highly available.

5. Contractor’s new platform shall offer 10G bi-directional throughput with all
features enabled. Additionally, security features such as SSL decryption,
application awareness, application visibility, advance malware protection, URL
filtering, security intelligence, intrusion detection, intrusion prevention, quality of
service, data loss prevention, address translation, and centralized administration
will be implemented. The solution shall allow for additional security zones and or
instance capability. The solution shall support multiple active directory domains
or Radius and user aware authentication. The solution shall be compatible with
other security solutions and or security monitoring solutions. The solution shall
have high availability and fault tolerance. A separate highly available solution
with the ability to secure database infrastructures in both physical and virtual
forms.

6. Redesign Requirements

a. Alameda County currently has a perimeter infrastructure that consist of


multiple hardware firewalls for physical separation of duties. Contractor’s
design shall be able to reduce the number of hardware sets while not
reducing functionality or increasing complexity of maintenance windows.
The redesign of SQL environment if needed for protection purposes.

7. Product Requirements

RFP No. 901688


Page 5
Specifications, Terms & Conditions
for Next Generation Security Platform<

a. All products shall be new products and shall be general release products.

b. In addition to being an edge security device, product needs to function as


an Intrusion Protection/Intrusion Detection device and URL Filtering
Device, Malware/File integrity checks, sandboxing, and threat intelligence
feeds.

c. Additionally, product needs to be able to correctly classify all traffic and


then determine source/destination and affect change to the stream if
necessary.

d. Product shall have the ability to integrate with Microsoft Active Directory/
Lightweight Directory Access Protocol (AD/LDAP) or Remote
Authentication Dial-In User Service (RADIUS) to associate traffic to user for
multiple domains and forest.

e. To insure optimal performance for delay and jitter-sensitive applications,


such as VOIP, High Definition video, and real-time sensitive applications,
the Next Generation Firewall shall process all data for all active services as
a single stream to minimize delay and jitter.

f. To prevent evasive tactics used by modern hackers and malware, the Next
Generation Firewall shall be port agnostic and analyze all data on all ports
all the time for applications identification.

g. To reduce administrative costs, overhead, and human error, The Next


Generation Firewall shall simplify management by having a single interface
for configuring policy for all running features, including application, user,
and content id’s.

h. The Next Generation Firewall shall be able to use all three identification
methods in a single policy, to accept or deny traffic, packet shape, QOS,
and Policy route traffic. And shall be able to support firewall features for
Session Border Controllers.

i. To maximize the granularity of security policies, the Next Generation


Firewall shall allow policy creation and enforcement based on any
combination of date, time-of-day, ingress and egress hardware port,
ingress and egress software port, application identification, user
identification, and content identification.

RFP No. 901688


Page 6
Specifications, Terms & Conditions
for Next Generation Security Platform<

j. All required performance specifications shall be from published public


sources from production environments with all required features and
applications simultaneously active.

k. To prevent evasive users and applications from bypassing security


functions, all product functions for Intrusion Prevention System (IPS),
Threat Prevention, and Anti-Virus, shall not require specific software port
and protocol combinations for detection, mitigation, or enforcement.

l. The Next Generation Firewall should include a Zero-Day threat prevention


system that validates executable files passing through the firewall, and
provides automatic cloud-based behavioral threat analysis of unknown
executables, and automatic signature creation to block delivery for
executable files that are deemed dangerous by the analysis system.

m. The Next Generation Firewall shall also, but not limited to:

(1) Identify and control circumventors.

(2) Decrypt outbound and inbound SSL.

(3) Identify and control applications sharing the same connection.

(4) Provide application function control.

(5) Deal with unknown traffic by policy.

(6) Scan for viruses and malware in allowed collaborative applications.

(7) Enable the same application visibility and control for remote users.

(8) Deliver the same throughput and performance with application


control active.

(9) Provide edge security to separate Local Area Network from Public
Internet.

(10) Handle Intrusion Prevention/Intrusion Detection.

(11) Handle URL Filtering.

(12) Have the ability to handle multiple VPN sessions.

(13) Have the ability to provide in-depth reporting.

RFP No. 901688


Page 7
Specifications, Terms & Conditions
for Next Generation Security Platform<

(14) Have the ability to limit or disable specific Applications, categories


or traffic flows.

(15) Provide real time threat prevention.

(16) Have a minimum of 20 Gbps of throughput with all features


functioning.

(17) Have the ability to work with Standards based protocols.

(18) Be Voice over IP (VoIP) Compliant.

(19) Be H323 Compliant.

(20) Be H225 Compliant.

(21) Support for Authentication, Authorization, and Accounting (AAA)


protocol.

(22) Be multi-cast Compliant.

(23) Be Internet Protocol version 4 (IPv4) and Internet Protocol version 6


(Ipv6) compliant.

(24) Provide High Availability.

(25) Have an Active/Active or Active/Standby solution for high


availability.

(26) Provide a modular hot swappable (1+1 redundant) dual power


supplies.

(27) Provide complete Network address translation (NAT) functionality.

(28) Provide data loss prevention (DLP) functionality.

n. SQL and Application firewall

(1) Must prevent excessive privilege abuse.

(2) Must prevent privilege elevation.

(3) Must prevent SQL injection.

(4) Must prevent SQL denial of service.

RFP No. 901688


Page 8
Specifications, Terms & Conditions
for Next Generation Security Platform<

(5) Must have database creation awareness.

(6) Must create inventory of databases.

(7) Must be effective against all known and unknown application layer
attacks.

o. Remote access head unit

(1) Must support two factor client access.

(2) Must support certificate-based authentication.

(3) Must support multiple forest AD authentication.

(4) Must support site-to-site VPN tunnel with any remote vendor
hardware.

8. Cloud Integrations Requirements

a. The Next Generation Firewall shall:

(1) Support virtual firewalls in all cloud service providers cloud.

(2) Have an integrated management interface to manage virtual


firewalls in cloud and on premise physical appliances.

(3) Be able to provide microsegmentation for cloud servers.

b. The software solution must be compatible with Microsoft Hyper-V


hypervisor or VMWare.

9. Logging Capabilities Requirements

a. Shall be able to send alerts for correlation to a logging server.

b. Must integrate with the Alameda County’s Security Monitoring (SIEM)


solution.

10. Installation Requirements

a. Contractor shall provide industry best practices for management of


production services and any specifics related to their proposed solution.

RFP No. 901688


Page 9
Specifications, Terms & Conditions
for Next Generation Security Platform<

b. The solution architecture shall be designed to accommodate future


growth without requiring the County to invest in expensive network
architecture redesign.

c. If the County chooses to work with more than one Contractor for the right
solution, all Contractors shall work together for the successful completion
of the project.

d. The following requirements are mandatory:

(1) Contractor shall provide pre-identified project resources (experts)


for migration.

(2) Contractor shall provide project management for all phases of the
implementation.

(3) Project managers shall hold industry certifications such as PMP,


ITIL, Six Sigma, etc.

(4) Project managers shall have experience with firewall and security
solution implementations and migrations.

(5) Project managers shall follow Project Management Institute (PMI)


best practices with the project life cycle and provide appropriate
documentation/deliverables such as project plans, Work
Breakdown Structure (WBS), risk registers, communication plans,
project charters, etc.

(6) Contractor shall work in such a manner that County is not affected
in any way. If emergency network downtime is inevitable to deliver
the proposed solution, at least 10 business days prior written notice
is required by the County.

(7) It is the Contractor’s responsibility to install, configure and


integrate the complete solution as per the County’s business
schedule.

(8) Contractor shall provide onsite installation and support.

(9) All costs related to the installation of the equipment (including all
necessary materials, labor, etc.) will be the responsibility of the
Contractor.

(10) Contractor shall follow the County’s change control procedures.

RFP No. 901688


Page 10
Specifications, Terms & Conditions
for Next Generation Security Platform<

(11) Contractor shall make changes at times dictated by the County.

11. Maintenance/Support/Monitoring Requirements

a. Contractor shall provide 24/7 support.

b. Contractor shall provide overnight hardware replacement services.

c. Contractor shall configure the management tool to provide alerts for


failures to the County monitoring tools.

d. Contractor shall provide Software Assurance with the Support License.

e. Contractor shall provide all upgrades, including regulatory updates, at no


additional cost to the County.

12. Training Requirements

a. Contractor shall provide 80 hours of certified training for eight Alameda


County staff members.

b. Contractor shall provide an as built run book and documentation.

c. Contractor shall provide a list of the printed documentation provided for


installation, operation, use, and administration of the whole solution.

d. In addition to formal classroom training, Contractor shall provide on-site


training of key concepts which are specific to the proposed solution.

13. Warranty Requirements

a. Contractor shall provide replacement hardware within four hours in case


of a hardware failure and have 24x7 availability.

F. DELIVERABLES / REPORTS

14. Contractor and the County shall hold meetings weekly and daily as necessary.

15. Contractor shall provide the following, but not limited to:

a. Project Charter,

b. Project plan,

c. Work Breakdown Structure (WBS),

RFP No. 901688


Page 11
Specifications, Terms & Conditions
for Next Generation Security Platform<

d. Risk Register,

e. Communication plan,

f. Close out documents including run book and as built information,

g. Training materials,

h. Daily status reports, weekly executive reports,

i. Kickoff decks for both executives and project team,

j. Meeting notes, deliverables, agreements, etc.,

k. Strategy and proposal documents,

l. Visio diagrams – Implementation, proposed and final,

m. Statistics reports showing the product is meeting all outlined


requirements, and

n. Detailed support documentation.

G. NETWORKING / BIDDERS CONFERENCES

16. An online attendance option will be available for remote participation at:
http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog

Bidders can participate remotely by using a computer with a stable internet


connection (recommended bandwidth of at least 512Kbps). For best results, the
County recommends that bidders use equipment with audio output such as
speakers, headsets, or a telephone.

17. Networking/bidders conferences will be held to:

a. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and


large firms to network and develop subcontracting relationships in order
to participate in the contract(s) that may result from this RFP.

b. Provide an opportunity for bidders to ask specific questions about the


project and request RFP clarification.

c. Provide the County with an opportunity to receive feedback regarding the


project and RFP.

RFP No. 901688


Page 12
Specifications, Terms & Conditions
for Next Generation Security Platform<

18. Following the networking/bidders conference, a list from the vendor outreach,
networking/bidders conference attendees and interested vendors will be issued.

19. All questions will be addressed in an RFP Questions and Answers (Q&A)
document to be issued if applicable following the networking/bidders
conference(s).

20. An addendum will only be issued if it is applicable to amend the RFP.

21. Potential bidders are strongly encouraged to attend networking/bidders


conference in order to further facilitate subcontracting relationships. Failure to
participate in a networking/bidders conference will in no way relieve the
Contractor from furnishing goods and/or services required in accordance with
these specifications, terms and conditions. Attendance at a networking/bidders
conference is highly recommended but is not mandatory.

II. COUNTY PROCEDURES, TERMS, AND CONDITIONS


A. EVALUATION CRITERIA / SELECTION COMMITTEE

All proposals that pass the initial Evaluation Criteria which are determined on a pass/fail
basis (Completeness of Response and Debarment and Suspension) may be evaluated by
a County Selection Committee (CSC).  The County Selection Committee may be
composed of County staff and other parties that may have expertise or experience in
next generation security platform services. The CSC will score and recommend a
Contractor in accordance with the evaluation criteria set forth in this RFP.  Other than
the initial pass/fail Evaluation Criteria and the Cost evaluation points, the evaluation of
the proposals shall be within the sole judgment and discretion of the CSC.

All contact during the evaluation phase shall be through the GSA-Procurement
department only. Bidders shall neither contact nor lobby evaluators during the
evaluation process. Attempts by Bidder to contact and/or influence members of the
CSC may result in disqualification of Bidder.

The CSC will evaluate each proposal meeting the qualification requirements set forth in
this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of
the technical or schedule commitments, or unrealistically high or low in cost, will be
deemed reflective of an inherent lack of technical competence or indicative of a failure
to comprehend the complexity and risk of the County’s requirements as set forth in this
RFP.

Bidders are advised that in the evaluation of cost it will be assumed that the unit price
quoted is correct in the case of a discrepancy between the unit price and an extension.

RFP No. 901688


Page 13
Specifications, Terms & Conditions
for Next Generation Security Platform<

As a result of this RFP, the County intends to award a contract to the responsible
bidder(s) whose response conforms to the RFP and whose bid presents the greatest
value to the County, all evaluation criteria considered. The combined weight of the
evaluation criteria is greater in importance than cost in determining the greatest value
to the County. The goal is to award a contract to the bidder(s) that proposes the County
the best quality as determined by the combined weight of the evaluation criteria. The
County may award a contract of higher qualitative competence over the lowest priced
response.

The basic information that each section should contain is specified below, these
specifications should be considered as minimum requirements. Much of the material
needed to present a comprehensive proposal can be placed into one of the sections
listed. However, other criteria may be added to further support the evaluation process
whenever such additional criteria are deemed appropriate in considering the nature of
the goods and/or services being solicited.

Each of the Evaluation Criteria below will be used in ranking and determining the quality
of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria,
and scored on the zero to five-point scale outlined below. The scores for all Evaluation
Criteria will then be added, according to their assigned weight (below), to arrive at a
weighted score for each proposal. A proposal with a high weighted total will be deemed
of higher quality than a proposal with a lesser-weighted total. The final maximum score
for any project is 550 points, including the possible 50 points for local and small, local
and emerging, or local preference points (maximum 10% of final score).

The evaluation process may include a two-stage approach including an initial evaluation
of the written proposal and preliminary scoring to develop a short list of bidders that
will continue to the final stage of oral interview and reference checks.  The preliminary
scoring will be based on the total points, excluding points allocated to references and
oral interview.

If the two-stage approach is used, the three bidders receiving the highest preliminary
scores from each category as listed on the Bid Form as Table A, Table B, and Table C and
with at least 200 points will be invited to an oral interview.  Only the bidders meeting
the short list criteria will proceed to the next stage.  All other bidders will be deemed
eliminated from the process.  All bidders will be notified of the short list participants;
however, the preliminary scores at that time will not be communicated to bidders. 

If only one qualified bid response is received, the County reserves its right to waive the
CSC evaluation process and move straight to contract negotiations.

The zero to five-point scale range is defined as follows:

RFP No. 901688


Page 14
Specifications, Terms & Conditions
for Next Generation Security Platform<

Non-responsive, fails to meet RFP specification. The approach


0 Not Acceptable has no probability of success. If a mandatory requirement this
score may result in disqualification of proposal.
Below average, falls short of expectations, is substandard to
1 Poor that which is the average or expected norm, has a low
probability of success in achieving objectives per RFP.
Has a reasonable probability of success, however, some
2 Fair
objectives may not be met.
Acceptable, achieves all objectives in a reasonable fashion per
RFP specification. This will be the baseline score for each item
3 Average
with adjustments based on interpretation of proposal by
Evaluation Committee members.
Very good probability of success, better than that which is
Above Average /
4 average or expected as the norm. Achieves all objectives per
Good
RFP requirements and expectations.
Exceeds expectations, very innovative, clearly superior to that
Excellent / which is average or expected as the norm. Excellent probability
5
Exceptional of success and in achieving all objectives and meeting RFP
specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria Weight


A. Completeness of Response: Pass/Fail
Responses to this RFP must be complete. Responses that
do not include the proposal content requirements
identified within this RFP and subsequent Addenda and do
not address each of the items listed below will be
considered incomplete, be rated a Fail in the Evaluation
Criteria and will receive no further consideration.
Responses that are rated a Fail and are not considered may
be picked up at the delivery location within 14 calendar
days of contract award and/or the completion of the
competitive process.
Debarment and Suspension: Pass/Fail
Bidders, its principal and named subcontractors are not
identified on the list of Federally debarred, suspended or
other excluded parties located at www.sam.gov .
B. Cost: 15 Points

RFP No. 901688


Page 15
Specifications, Terms & Conditions
for Next Generation Security Platform<

The points for Cost will be computed by dividing the


amount of the lowest responsive bid received by each
bidder’s total proposed cost.
While not reflected in the Cost evaluation points, an
evaluation may also be made of:
1. Reasonableness (i.e., does the proposed pricing
accurately reflect the bidder’s effort to meet
requirements and objectives?);
2. Realism (i.e., is the proposed cost appropriate to the
nature of the products and services to be provided?);
and
3. Affordability (i.e., the ability of the County to finance the
services).
Consideration of price in terms of overall affordability may
be controlling in circumstances where two or more
proposals are otherwise adjudged to be equal, or when a
superior proposal is at a price that the County cannot
afford.
C. Technical Criteria: 25 Points
An evaluation of each solution will focus on completeness
of design and strategy. All solutions will at least meet
minimum requirements. The differentiating factors are
below:
1. System Design - A comparison will be made of the
proposed system. The comparison will be based on
how well the proposed solution provides security.
The ease of management of the solution. The
logging and alerting of the solution to remote
sources.
2. Software Design and Development - The evaluation
will compare the proposed software capabilities with
the requirements of this RFP in terms of the
solutions ability to secure County resources and
present it in a manageable and logical format. The
stability of the solution. The feature sets the
solution will provide, above the minimum
requirements.
3. Life-Cycle Support - An assessment will be made of
the scope and extent of resources required to
operate and maintain the proposed system.

RFP No. 901688


Page 16
Specifications, Terms & Conditions
for Next Generation Security Platform<

4. Ancillary Services - A comparison will be made of the


proposed services with the requirements of this RFP.
Credit will be given for convenience, responsiveness
and technical expertise.
D. Description of Proposed Services: 15 Points
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Has the Bidder demonstrated a thorough understanding
of the purpose and scope of the project?
2. How well has the Bidder identified pertinent issues and
potential problems related to the project?
3. Has the Bidder demonstrated that it understands the
deliverables the County expects it to provide?
4. Does the Bidder depict a logical approach to fulfilling the
requirements of the RFP?
5. How well does the Bidder achieve all the requirements
set out in the RFP?
6. How well has the Bidder Identified any limitations,
restrictions, pertinent issues, and/or potential problems in
providing the services that the County should be aware of
in evaluating its bid response?
E. Relevant Experience: 10 Points
Proposals will be evaluated against the RFP specifications
and the questions below:
1. Do the individuals assigned to the project have
experience on similar projects?
2. How extensive is the applicable education and
experience of the personnel designated to work on the
project?
F. Implementation Plan and Schedule: 10 Points
Proposals will be evaluated against the RFP specifications
and the questions below:
1. What is the likelihood that Bidder’s implementation plan
and schedule will meet the County’s schedule?
2. Has the Bidder demonstrated that it understands the
County’s time schedule and can meet it?
3. Has the Bidder identified and planned for mitigation of
schedule risks which Bidder believes may adversely
affect any portion of the County’s schedule?
G. Oral Interview: 15 Points

RFP No. 901688


Page 17
Specifications, Terms & Conditions
for Next Generation Security Platform<

The oral interview on the proposal shall not exceed 60


minutes. The oral interview may include responding to
standard and specific questions from the CSC regarding the
Bidder’s proposal. The scoring may be revised based on the
oral interview.
H. References (See Bid Response Packet) 10 Points
SMALL LOCAL EMERGING BUSINESS PREFERENCE
Local Preference: Points equaling five percent of bidder’s
total score, for the above Evaluation Criteria, will be added.
This will be the bidder’s final score for purposes of award
evaluation. 5%
Small and Local or Emerging and Local Preference: Points
equaling five percent of bidder’s total score, for the above
Evaluation Criteria, will be added. This will be the bidder’s
final score for purposes of award evaluation. 5%

B. NOTICE OF INTENT TO AWARD

22. At the conclusion of the RFP response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by e-mail, fax, or US Postal Service mail, of
the contract award recommendation, if any, by GSA-Procurement. The
document providing this notification is the Notice of Intent to Award.

The Notice of Intent to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

23. The submitted proposals shall be made available upon request no later than five
calendar days before approval of the award and contract is scheduled to be
heard by the Board of Supervisors.

C. BID PROTEST/APPEALS PROCESS

GSA-Procurement prides itself on the establishment of fair and competitive contracting


procedures and the commitment made to follow those procedures. The following is
provided in the event that bidders wish to protest the bid process or appeal the
recommendation to award a contract for this project once the Notices of Intent to
Award/Non-Award have been issued. Bid protests submitted prior to issuance of the
Notices of Intent to Award/Non-Award will not be accepted by the County.

RFP No. 901688


Page 18
Specifications, Terms & Conditions
for Next Generation Security Platform<

24. Any Bid Protest by any Bidder regarding any other Bid must be submitted in
writing to the County’s GSA-Procurement, ATTN: Purchasing Manager, located at
1401 Lakeside Drive, 9th Floor, Oakland, CA 94612, before 5:00 p.m. of the FIFTH
(5th) business day following the date of issuance of the Notice of Intent to Award,
not the date received by the Bidder. A Bid protest received after 5:00 p.m. is
considered received as of the next business day.

a. The Bid protest must contain a complete statement of the reasons and
facts for the protest.

b. The protest must refer to the specific portions of all documents that form
the basis for the protest.

c. The protest must include the name, address, email address, fax number
and telephone number of the person representing the protesting party.

d. The County Agency/Department will notify all bidders of the protest as


soon as possible.

25. Upon receipt of written protest, GSA-Procurement, or designee, will review and
evaluate the protest and issue a written decision. The GSA–Procurement, may, at
its discretion, investigate the protest, obtain additional information, provide an
opportunity to settle the protest by mutual agreement, and/or schedule a
meeting(s) with the protesting Bidder and others (as appropriate) to discuss the
protest. The decision on the bid protest will be issued at least ten (10) business
days prior to the Board hearing or GSA award date.

The decision will be communicated by e-mail, fax, or US Postal Service mail, and
will inform the bidder whether or not the recommendation to the Board of
Supervisors or GSA in the Notice of Intent to Award is going to change. A copy of
the decision will be furnished to all Bidders affected by the decision. As used in
this paragraph, a Bidder is affected by the decision on a Bid protest if a decision
on the protest could have resulted in the Bidder not being the apparent
successful Bidder on the Bid.

26. The decision of GSA-Procurement on the bid protest may be appealed to the
Auditor-Controller's Office of Contract Compliance & Reporting (OCCR) located at
1221 Oak St., Room 249, Oakland, CA 94612, Fax: (510) 272-6502 unless the
OCCR determines that it has a conflict of interest in which case an alternate will
be identified to hear the appeal and all steps to be taken by OCCR will be
performed by the alternate. The Bidder whose Bid is the subject of the protest,
all Bidders affected by the GSA-Procurement's decision on the protest, and the

RFP No. 901688


Page 19
Specifications, Terms & Conditions
for Next Generation Security Platform<

protestor have the right to appeal if not satisfied with the GSA-Procurement’s
decision. All appeals to the Auditor-Controller's OCCR shall be in writing and
submitted within five (5) business days following the issuance of the decision by
GSA-Procurement, not the date received by the Bidder. An appeal received after
5:00 p.m. is considered received as of the next business day. An appeal received
after the FIFTH (5th) business day following the date of issuance of the decision
by GSA-Procurement shall not be considered under any circumstances by the GSA
or the Auditor-Controller OCCR.

a. The appeal shall specify the decision being appealed and all the facts and
circumstances relied upon in support of the appeal.

b. In reviewing protest appeals, the OCCR will not re-judge the proposal(s).
The appeal to the OCCR shall be limited to review of the procurement
process to determine if the contracting department materially erred in
following the Bid or, where appropriate, County contracting policies or
other laws and regulations.

c. The appeal to the OCCR also shall be limited to the grounds raised in the
original protest and the decision by GSA-Procurement. As such, a Bidder is
prohibited from stating new grounds for a Bid protest in its appeal. The
Auditor-Controller (OCCR) shall only review the materials and conclusions
reached by GSA-Procurement or department designee, and will determine
whether to uphold or overturn the protest decision.

d. The Auditor’s Office may overturn the results of a bid process for ethical
violations by Procurement staff, County Selection Committee members,
subject matter experts, or any other County staff managing or
participating in the competitive bid process, regardless of timing or the
contents of a bid protest

e. The decision of the Auditor-Controller’s OCCR is the final step of the


appeal process. A copy of the decision of the Auditor-Controller’s OCCR
will be furnished to the protestor, the Bidder whose Bid is the subject of
the Bid protest, and all Bidders affected by the decision.

27. The County will complete the Bid protest/appeal procedures set forth in this
paragraph before a recommendation to award the Contract is considered by the
Board of Supervisor or GSA.

28. The procedures and time limits set forth in this paragraph are mandatory and are
each Bidder's sole and exclusive remedy in the event of Bid Protest. A Bidder’s
failure to timely complete both the Bid protest and appeal procedures shall be

RFP No. 901688


Page 20
Specifications, Terms & Conditions
for Next Generation Security Platform<

deemed a failure to exhaust administrative remedies. Failure to exhaust


administrative remedies, or failure to comply otherwise with these procedures,
shall constitute a waiver of any right to further pursue the Bid protest, including
filing a Government Code Claim or legal proceedings.

D. TERM / TERMINATION / RENEWAL

29. The term of the contract, which may be awarded pursuant to this RFP, will be
three years.

30. By mutual agreement, any contract which may be awarded pursuant to this RFP,
may be extended for an additional two years at agreed prices with all other terms
and conditions remaining the same.

E. QUANTITIES

Quantities listed herein are estimates and are not to be construed as a commitment. No
minimum or maximum is guaranteed or implied.

F. PRICING

31. All pricing as quoted will remain firm for the term of any contract that may be
awarded as a result of this RFP.

32. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the
benefit of such lower price shall be extended to the County.

33. All prices are to be F.O.B. destination. Any freight/delivery charges are to be
included.

34. Any price increases or decreases for subsequent contract terms may be
negotiated between Contractor and County only after completion of the initial
term.

35. Taxes and freight charges:

a. The County is soliciting a total price for this project. The price quoted shall
be the total cost the County will pay for this project including taxes
(excluding sales and use tax), and all other charges.

b. No charge for delivery, drayage, express, parcel post packing, cartage,


insurance, license fees, permits, costs of bonds, or for any other purpose,
except taxes legally payable by County, will be paid by the County unless
expressly included and itemized in the bid.

RFP No. 901688


Page 21
Specifications, Terms & Conditions
for Next Generation Security Platform<

c. Amount paid for transportation of property to the County of Alameda is


exempt from Federal Transportation Tax. An exemption certificate is not
required where the shipping papers show the consignee as Alameda
County; as such papers may be accepted by the carrier as proof of the
exempt character of the shipment.

d. Articles sold to the County of Alameda are exempt from certain Federal
excise taxes. The County will furnish an exemption certificate.

36. All prices quoted shall be in United States dollars and "whole cent," no cent
fractions shall be used. There are no exceptions.

37. Price quotes shall include any and all payment incentives available to the County.

38. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed
that the unit price quoted is correct in the case of a discrepancy between the unit
price and an extension.

39. Federal and State minimum wage laws apply. The County has no requirements
for living wages. The County is not imposing any additional requirements
regarding wages.

G. AWARD

40. Proposals will be evaluated by a committee and will be ranked in accordance with
the RFP section entitled “Evaluation Criteria/Selection Committee.”

41. The committee will recommend award to the bidder who, in its opinion, has
submitted the proposal that best serves the overall interests of the County and
attains the highest overall point score. Award may not necessarily be made to
the bidder with the lowest price.

42. Small and Emerging Locally Owned Business: The County is vitally interested in
promoting the growth of small and emerging local businesses by means of
increasing the participation of these businesses in the County’s purchase of
goods and services.

As a result of the County’s commitment to advance the economic opportunities


of these businesses, Bidders must meet the County’s Small and Emerging Locally
Owned Business requirements in order to be considered for the contract award.
These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

RFP No. 901688


Page 22
Specifications, Terms & Conditions
for Next Generation Security Platform<

For purposes of this bid, applicable industries include, but are not limited to, the
following NAICS Code(s): 423430 and 541519.

A small business is defined by the United States Small Business Administration


(SBA) as having no more than the number of employees or average annual gross
receipts over the last three years required per SBA standards based on the small
business's appropriate NAICS code.

An emerging business is defined by the County as having either annual gross


receipts of less than one-half that of a small business OR having less than one-
half the number of employees AND that has been in business less than five years.

43. Any proposal/bids that contain false or misleading information may be


disqualified by the County.

44. The County reserves the right to award to a single or multiple Contractors.

45. The County has the right to decline to award this contract or any part thereof for
any reason.

46. Board approval to award a contract is required.

47. A contract must be negotiated, finalized, and signed by the recommended


awardee prior to Board approval.

48. Final Standard Agreement terms and conditions will be negotiated with the
selected bidder. Bidder may access a copy of the Standard Services Agreement
template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal boilerplate language only.

49. The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder’s
proposal, may be incorporated into and made a part of any contract that may be
awarded as a result of this RFP.

H. METHOD OF ORDERING

50. A written Purchase Order (PO) and signed Standard Agreement contract will be
issued upon Board approval.

51. POs and Standard Agreements will be faxed, transmitted electronically or mailed
and shall be the only authorization for the Contractor to place an order.

RFP No. 901688


Page 23
Specifications, Terms & Conditions
for Next Generation Security Platform<

52. POs and payments for products and/or services will be issued only in the name of
Contractor.

53. Contractor shall adapt to changes to the method of ordering procedures as


required by the County during the term of the contract.

54. Change orders shall be agreed upon by Contractor and County and issued as
needed in writing by County.

I. WARRANTY

55. Bidder expressly warrants that all goods and services to be furnished pursuant to
any contract awarded it arising from the Bid will conform to the descriptions and
specifications contained herein and in supplier catalogs, product brochures and
other representations, depictions or models, and will be free from defects, of
merchantable quality, good material and workmanship. Bidder expressly
warrants that all goods and services to be furnished pursuant to such award will
be fit and sufficient for the purpose(s) intended. This warranty shall survive any
inspections, delivery, acceptance or payment by the County. Bidder warrants
that all work and services furnished hereunder shall be guaranteed for a period
of three years from the date of acceptance by the County.

J. INVOICING

56. Contractor shall invoice the requesting department, unless otherwise advised,
upon satisfactory receipt of product and/or performance of services.

57. County will use best efforts to make payment within 30 days following receipt
and review of invoice and upon complete satisfactory receipt of product and
performance of services. 

58. County shall notify Contractor of any adjustments required to invoice.

59. Invoices shall contain County PO number, invoice number, remit to address and
itemized products and/or services description and price as quoted and shall be
accompanied by acceptable proof of delivery.

60. Contractor shall utilize standardized invoice upon request.

61. Invoices shall only be issued by the Contractor who is awarded a contract.

62. Payments will be issued to and invoices must be received from the same
Contractor whose name is specified on the POs.

RFP No. 901688


Page 24
Specifications, Terms & Conditions
for Next Generation Security Platform<

63. The County will pay Contractor monthly or as agreed upon, not to exceed the
total quoted in the bid response.

K. ACCOUNT MANAGER / SUPPORT STAFF

64. Contractor shall provide a dedicated competent account manager who shall be
responsible for the County account/contract. The account manager shall receive
all orders from the County and shall be the primary contact for all issues
regarding Bidder’s response to this RFP and any contract which may arise
pursuant to this RFP.

65. Contractor shall also provide adequate, competent support staff that shall be
able to service the County during normal working hours, Monday through Friday.
Such representative(s) shall be knowledgeable about the contract, products
offered and able to identify and resolve quickly any issues including but not
limited to order and invoicing problems.

66. Contractor account manager shall be familiar with County requirements and
standards and work with the Information Technology Department to ensure that
established standards are adhered to.

67. Contractor account manager shall keep the County Specialist informed of
requests from departments as required.

III. INSTRUCTIONS TO BIDDERS


A. COUNTY CONTACTS

GSA-Procurement is managing the competitive process for this project on behalf of the
County. All contact during the competitive process is to be through the GSA-
Procurement department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids
until a contract has been awarded. Bidders shall not contact or lobby evaluators during
the evaluation process. Attempts by Bidder to contact evaluators may result in
disqualification of bidder.

All questions regarding these specifications, terms and conditions are to be submitted in
writing, preferably via e-mail by 5:00 p.m. on October 5, 2018 to:

Ariana Figueroa, Procurement & Contracts Specialist


Alameda County, GSA-Procurement
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
RFP No. 901688
Page 25
Specifications, Terms & Conditions
for Next Generation Security Platform<

E-Mail: [email protected]
Phone: (510) 208-9599

The GSA Contracting Opportunities website will be the official notification posting place
of all Requests for Interest, Proposals, Quotes and Addenda. Go to
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp
to view current contracting opportunities.

B. SUBMITTAL OF BIDS

68. All bids must be completed and successfully uploaded through Alameda County
EZSourcing Supplier Portal BY 2:00 p.m. on the due date specified in the Calendar
of Events. Technical difficulties in downloading/submitting documents through
the Alameda County EZSourcing Supplier Portal shall not extend the due date and
time.

The bid shall be uploaded in a single file (PDF with OCR preferred), and shall
include the Bid Response Packet and all additional required documentation.

69. No email or facsimile bids will be considered.

70. All costs required for the preparation and submission of a bid shall be borne by
Bidder.

71. Only one bid response will be accepted from any one person, partnership,
corporation, or other entity; however, several alternatives may be included in
one response. For purposes of this requirement, “partnership” shall mean, and is
limited to, a legal partnership formed under one or more of the provisions of the
California or other state’s Corporations Code or an equivalent statute.

72. All other information regarding the bid responses will be held as confidential until
such time as the County has completed its evaluation, a recommended award has
been made, and the contract has been fully negotiated with the intended
awardee named in the recommendation to award/non-award notification(s). The
submitted proposals shall be made available upon request no later than five
calendar days before the recommendation to award and enter into a contract is
scheduled to be heard by the Board of Supervisors. All parties submitting
proposals, either qualified or unqualified, will be sent recommend to award/non-
award notification(s), which will include the name of the bidder to be
recommended for award of this project.  In addition, award information will be
posted on the County’s “Contracting Opportunities” website, mentioned above.

RFP No. 901688


Page 26
Specifications, Terms & Conditions
for Next Generation Security Platform<

73. Each bid received, with the name of the bidder, shall be entered on a record, and
each record with the successful bid indicated thereon shall, after the award of
the order or contract, be open to public inspection.

74. California Government Code Section 4552: In submitting a bid to a public


purchasing body, the bidder offers and agrees that if the bid is accepted, it will
assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under
the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the
purchasing body tenders final payment to the bidder.

75. Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “knowingly” are defined in the California
False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil
remedies set forth in the California False Claim Act. It may also be considered
fraud and the Contractor may be subject to criminal prosecution.

76. The undersigned Bidder certifies that it is, at the time of bidding, and shall be
throughout the period of the contract, licensed by the State of California to do
the type of work required under the terms of the Contract Documents. Bidder
further certifies that it is regularly engaged in the general class and type of work
called for in the Bid Documents.

77. The undersigned Bidder certifies that it is not, at the time of bidding, on the
California Department of General Services (DGS) list of persons determined to be
engaged in investment activities in Iran or otherwise in violation of the Iran
Contracting Act of 2010 (Public Contract Code Section 2200-2208).

78. It is understood that County reserves the right to reject this bid and that the bid
shall remain open to acceptance and is irrevocable for a period of 365 days,
unless otherwise specified in the Bid Documents. The County reserves the right
to move to next highest ranked bidder if negotiations come to a standstill with
the intended awardee.

C. RESPONSE FORMAT

79. Bid responses must be submitted online through Alameda County EZSourcing
Supplier Portal.

RFP No. 901688


Page 27
Specifications, Terms & Conditions
for Next Generation Security Platform<

80. Bid responses are to be straightforward, clear, concise and specific to the
information requested.

81. In order for bids to be considered complete, Bidder must provide responses to all
information requested. See Bid Response Packet.

82. Bid responses, in whole or in part, are NOT to be marked confidential or


proprietary. County may refuse to consider any bid response or part thereof so
marked. Bid responses submitted in response to this RFP may be subject to
public disclosure.  County shall not be liable in any way for disclosure of any such
records. Please refer to the County’s website at:
http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for
more information regarding Proprietary and Confidential Information policies.

RFP No. 901688


Page 28
EXHIBIT A
BID RESPONSE PACKET

INSTRUCTIONS

 As described in the submittal of bids section of this RFP, bidders are to submit an electronic
copy of the bid in PDF (with OCR preferred). The electronic copy must have all appropriate
pages signed ().

 All pages of the Bid Response Packet must be submitted through the EZSourcing Supplier
Portal as PDF attachment(s) in total with all required documents attached thereto; all
information requested must be supplied; any pages of the Bid Response Packet (or items
therein) not applicable to the bidder must still be submitted as part of a complete bid
response, with such pages or items clearly marked “N/A”.

 Bidders shall not modify the Bid Response Packet or any other County-provided document
unless instructed to do so

o On the cover page of the Bid Response Packet, Bidders must replace the information
in BLUE font as appropriate (e.g., name of bidder organization, primary contact name,
etc.).

 Bidder must quote price(s) as specified in RFP document and as specified in the EZSourcing
Supplier Portal event.

 Bidders that do not comply with the requirements, and/or submit incomplete bid packages,
shall be disqualified and their bids rejected in total.

 If bidders are making any clarifications and/or amendments, or taking exception to policies
or specifications of this RFP, these must be submitted in the Exceptions, Clarifications,
Amendments form of the Bid Response Packet in order for the bid response to be considered
complete.

Bid Response Packet Instructions


Prepared By: Date of Submission

Name of Bidding Organization


Primary Contact Name
Primary Contact Title
Address 1
Address 2
City, State Zip Code

Phone Number
Email Address

BID RESPONSE PACKET


RFP No. 901688
NEXT GENERATION SECURITY PLATFORM
BIDDER INFORMATION

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organizational Structure:      

Date of Organizational Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Alternate Number:      

E-mail Address:      

Bid Response Packet – RFP No. 901688


Page 2 
BIDDER ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFP, Q&A,
Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in
accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901688 –
Next Generation Security Platform.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid
including, but not limited to, the requirements under the County Provisions, and that each Bidder who
is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees
that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County
in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on
the County’s website:

 Debarment / Suspension Policy


[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

 Iran Contracting Act (ICA) of 2010


[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

 General Environmental Requirements


[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

 Small Local Emerging Business Program


[http://acgov.org/auditor/sleb/overview.htm]

 First Source
[http://acgov.org/auditor/sleb/sourceprogram.htm]

 Online Contract Compliance System


[http://acgov.org/auditor/sleb/elation.htm]

 General Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all
the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all
obligations in connection with this RFP and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions
and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a

Bid Response Packet – RFP No. 901688


Page 3 
contract they will make no claim against the County based upon ignorance of conditions or
misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its
officers, agents and employees, harmless from liability of an nature or kind, including cost and
expenses, for infringement or use of any patent, copyright or other proprietary right, secret process,
patented or unpatented invention, article or appliance furnished or used in connection with the
contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing the Bid
Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the
RFP. This documentation must be provided to the County, prior to award, and shall include an
insurance certificate and additional insured certificate, naming the County of Alameda, which meets
the minimum insurance requirements, as stated in the RFP.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB at the time of bid submittal and is requesting 10% bid preference;
(Bidder must check the first box and provide its SLEB Certification Number in the SLEB
PARTNERING INFORMATION SHEET); OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the
following documentation to this Exhibit:

 Copy of a verifiable business license, issued by the County of Alameda or a City within the
County; and

 Proof of six months business residency, identifying the name of the vendor and the local
address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification
documents to prove residency.

SIGNATURE: 

Name/Title of Authorized Signer:      

Dated this       day of       20     

Bid Response Packet – RFP No. 901688


Page 4 
TABLE OF CONTENTS

Instructions: Bidder shall remove this page and replace it with a Table of Contents listing the
individual sections of the proposal and their corresponding page numbers. The page(s) inserted shall
be clearly marked Table of Contents.

Bid Response Packet – RFP No. 901688


Page 5 
LETTER OF TRANSMITTAL

Instructions: Bidder shall remove this page and replace it with a Letter of Transmittal. The letter
shall include a description of Bidder’s capabilities and approach in providing its services to the County,
and provide a brief synopsis of the highlights of its proposal and overall benefits to the County. The
page(s) inserted shall be clearly marked Letter of Transmittal.

Maximum Length: 2 pages

Bid Response Packet – RFP No. 901688


Page 6 
BID FORM

Instructions: Bidder must use the Bid Form provided below.

COST SHALL BE SUBMITTED AS REQUESTED ON THIS BID FORM. NO ALTERATIONS OR CHANGES OF


ANY KIND ARE PERMITTED. Bid responses that do not comply will be subject to rejection in total.
The cost quoted shall include all taxes (excluding sales and use tax) and all other charges, including
travel expenses, and is the cost the County will pay for the three-year term of any contract that is a
result of this bid.

Quantities listed on Alameda County EZSourcing Supplier Portal are estimates and are not to be
construed as a commitment. No minimum or maximum is guaranteed or implied.

By submission through the Alameda County EZSourcing Supplier Portal Bidder certifies to County that
all representations, certifications, and statements made by Bidder, as set forth in each entry in the
Alameda County EZSourcing Supplier Portal and attachments are true and correct and are made
under penalty of perjury pursuant to the laws of California.

Bid Response Packet – RFP No. 901688


Page 7 
TABLE OF KEY PERSONNEL

Instructions: This page must be included as part of the Bid Response Packet. Following this page,
Bidder shall provide a Table of Key Personnel. The table shall include all key personnel associated
with the RFP.

This table must include all key personnel who will provide services to the County. The table must
include the following information for each key person:

1. The person’s relationship with Bidder, including job title and years of employment with Bidder;

2. Work contact information including, but not limited to, the following: work address, office
telephone number, mobile work number, and e-mail address;

If a Bidder collaborates with any other partners or subcontractors, Bidder shall identify
subcontractors, subcontractor qualifications, and how they plan to work together. Bidder(s) shall
identify any existing agreements or MOUs between the bidder(s) and proposed collaborator(s).

In addition to the table, Bidders must submit a complete résumé or curriculum vitae for each key
personnel listed in the table that includes educational background, relevant experience on similar
projects, certifications, and merits.

Maximum Length: There is no limit to the table. There is, however, a 2-page limit per résumé or
curriculum vitae.

Bid Response Packet – RFP No. 901688


Page 8 
DESCRIPTION OF PROPOSED SERVICES

Instructions: This page must be included as part of the Bid Response Packet. Following this page,
Bidder shall provide a Description of Proposed Services.

The Description of Proposed Service shall describe the overall goods and services. The Bidder must
address how they will meet or exceed each requirement listed in Section E (Requirements) and
Section F (Deliverables/Reports).

At minimum, the Bidder must:

1. Describe the desired overall goals, anticipated outcomes, measurable objectives, and key tasks
including the key personnel responsible for achieving them.

2. Detail existing data collection infrastructure and demonstrate ability to interface with County’s
database(s) and/or provide reporting data to the County for maximum efficiency.

3. Explain any special resources, procedures, or approaches that make the services of Bidder
particularly advantageous to the County.

4. Identify any limitations or restrictions of Bidder in providing the services that the County
should be aware of in evaluating its Response to this RFP.

5. Describe their understanding of the current network design and configuration and develop a
plan showing proposed solution steps. Migration of existing firewall functionality must be
maintained and policies no longer in use must be identified and removed.

6. Demonstrate prototype solution showing the configuration as it interoperates with the


Alameda County’s network.

7. Describe how the solution works during link and device failure.

8. Submit the complete plan and action steps clearly specifying execution items.

9. Provide product road map and its end of life details.

10. Provide a summary of known outstanding bugs associated with the current network equipment
image/software version.

11. Provide a physical and logical network diagram using Visio tool.

12. Specify the recommended and minimum memory, number of CPUs, and disk space for the
proposed system hardware and operating system for the network management tool.

13. Describe how the system logs errors, what error data constituents are documented and how to
view useable information from log errors.

Bid Response Packet – RFP No. 901688


Page 9 
14. Describe any monitoring tools or plug-ins that exists to monitor the system.

15. Describe how the system monitors status.

16. Specify the type of training provided.

17. Specify and describe any help files provided by the system, and whether they can be
customized for Alameda County.

Maximum Length: None

Bid Response Packet – RFP No. 901688


Page 10 
BUDGET DETAIL AND/OR COST NARRATIVE

Instructions: This page must be included as part of the Bid Response Packet. Following this
page, Bidder shall provide a Budget Detail.

The Budget Detail shall provide a breakdown of the cost(s) listed in the BID FORM. Bidders shall
use a budget template of their own choice; however, all cost attributed to the project that will paid
for under the contract MUST be listed and described in the Budget Detail (this includes all costs for
goods and services and travel and expenses).
At minimum, the Bidder must detail:
The work to be performed and all associated costs.
If coordination with County personnel is needed, it should also be delineated in the Budget
Detail.
The work to be performed should clearly match up with work performed in the Description
of Proposed Services.
The names and/or positions of all individuals that will perform the services;
Names of Key Personnel should be listed whenever appropriate
The estimated number of hours for each individual, corresponding hourly rates per
individual, and extended costs.
Maximum Length: None

Bid Response Packet – RFP No. 901688


Page 11 
IMPLEMENTATION PLAN AND SCHEDULE

Instructions: This page must be included as part of the Bid Response Packet. Following this page,
Bidder shall provide an Implementation Plan and Schedule.

In conjunction with the Description of Proposed Services and the Budget Detail, Bidder must include
an Implementation Plan and Schedule that specifically addresses the following:

1. A timeline of project goals, measurable outcomes, and benchmark activities related to the
provision of required services—as well as the key personnel assigned to each.

The Implementation Plan and Schedule should provide a clear picture of what the County can expect,
and when to expect it, upon starting the contract.

Maximum Length: None

Bid Response Packet – RFP No. 901688


Page 12 
SLEB PARTNERING INFORMATION SHEET

Instructions: On the following page is the SLEB Partnering Information Sheet. Every Bidder must fill
out and submit a signed SLEB Partnering Information Sheet, indicating their SLEB certification status.
If Bidder is not certified, the name, identification information, and goods/services to be provided by
the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB
participation requirement must be stated.  For any CERTIFIED SLEB subcontractor(s) named, the
Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All SLEB primes and
SLEB subcontractor(s) must be certified by the time of bid submittal.

 For SLEB Subcontracting Questions: Please contact the General Services Agency-Office of
Acquisition Policy - Ratha Chuon, [email protected], (510) 208-9617.

 For questions/information on SLEB certification including requirements, please contact the


Auditor-Controller Agency, Office of Contract Compliance & Reporting – SLEB Certification Unit
at (510) 891-5500.

Bid Response Packet – RFP No. 901688


Page 13 
SMALL LOCAL EMERGING BUSINESS (SLEB)
PARTNERING INFORMATION SHEET

RFP No. 901688 – Next Generation Security Platform


In order to meet the Small Local Emerging Business (SLEB) requirements of this RFP, all bidders must complete this form as
required below.
Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a
SLEB for at least 10% of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must
be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This
form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting
the SLEB participation goal. (Copy this form as needed.)
Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of
the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as
a prime on their own.
Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval
from the Auditor-Controller, Office of Contract Compliance & Reporting (OCCR).
County departments and the OCCR will use the web-based Elation Systems to monitor contract compliance with the SLEB program
(Elation Systems: http://www.elationsys.com/elationsys/).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      


SLEB Certification #:       SLEB Certification Expiration Date:      
NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT      % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING
GOODS/SERVICES:      

SLEB Subcontractor Business Name:      


SLEB Certification #:       SLEB Certification Expiration Date:      
SLEB Certification Status: Small / Emerging
NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature:  Date:      

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register
and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation
including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Printed Name/Title: ____________________________________________________________________________

Street Address: _____________________________________________City_____________State______ Zip Code______

Bidder Signature:  Date:      

Bid Response Packet – RFP No. 901688


Page 14 
REFERENCES

Instructions: On the following pages are the templates that Bidders must use to provide references.
Bidders are to provide a list of five current and five formers references. References must be satisfactory as
deemed solely by County. References should have similar scope, volume and requirements to those
outlined in these specifications, terms and conditions.

Bidders must verify that the contact information for all references provided is current and valid.

Bidders are strongly encouraged to notify all references that the County may be contacting them to
obtain a reference.

The County may contact some or all of the references provided in order to determine Bidder’s
performance record on work similar to that described in this request. The County reserves the right to
contact references other than those provided in the Response and to use the information gained from
them in the evaluation process.

Bid Response Packet – RFP No. 901688


Page 15 
CURRENT REFERENCES

RFP No. 901688 – Next Generation Security Platform

Bidder Name:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Bid Response Packet – RFP No. 901688


Page 16 
FORMER REFERENCES

RFP No. 901688 – Next Generation Security Platform

Bidder Name:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      


Address:       Telephone Number:      
City, State, Zip:       E-mail Address:      
Services Provided / Date(s) of Service:      

Bid Response Packet – RFP No. 901688


Page 17 
EXCEPTIONS AND CLARIFICATIONS

Instructions: On the following page is the Exceptions and Clarifications form. Bidders must use this
form to identify any and all exceptions and/or clarifications amendments to the RFP and associated
Bid Documents.

THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS AND CLARIFICATIONS ANY
SUCH EXCEPTIONS AND CLARIFICATIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

Bid Response Packet – RFP No. 901688


Page 18 
EXCEPTIONS AND CLARIFICATIONS

RFP No. 901688 – Next Generation Security Platform

Bidder Name:      

List below requests for exceptions and clarification, if any, to the RFP and associated Bid Documents,
and submit with your bid response.

The County is under no obligation to accept any exceptions and clarifications and such exceptions and
clarifications may be a basis for bid disqualification.
Reference to: Description
Page No. Section Item No.
p. 23
D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Bid Response Packet – RFP No. 901688


Page 19 
PROOF OF CERTIFICATION

Instructions: This page must be included as part of the Bid Response Packet. Following this page,
Bidder must provide proof of certification that the bidder is authorized to supply product and perform
services as specified under this RFP.

Bid Response Packet – RFP No. 901688


Page 20 
INSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Bid Response
Packet, the bidder agrees to meet the minimum insurance requirements prior to award. This
documentation must be provided to the County, prior to award, and shall include an insurance
certificate and additional insured certificate, naming the County of Alameda.

The following page contains the minimum insurance limits, required by the County of Alameda, to be
held by the Contractor performing on this RFP:

SEE NEXT PAGE FOR COUNTY OF ALAMEDA


MINIMUM INSURANCE REQUIREMENTS

Bid Response Packet – RFP No. 901688


Page 21 
COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS
Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force
during the entire term of the Agreement or longer, as may be specified below, the following minimum insurance coverage, limits and
endorsements. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience,
insurer, coverage, or other special circumstances. If the contractor maintains broader coverage and/or higher limits than the minimums shown
below, the County requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available
insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
TYPE OF INSURANCE COVERAGES MINIMUM LIMITS
A Commercial General Liability $1,000,000 per occurrence (CSL)
Premises Liability; Products and Completed Operations; Contractual Bodily Injury and Property Damage
Liability; Personal Injury and Advertising Liability
B Commercial or Business Automobile Liability $1,000,000 per occurrence (CSL)
All owned vehicles, hired or leased vehicles, non-owned, borrowed and Any Auto or Hired and Non-Owned Autos
permissive uses. Personal Automobile Liability when extended to cover Bodily Injury and Property Damage
your business is acceptable for individual contractors with no
transportation or hauling related activities
C Workers’ Compensation (WC) and Employers Liability (EL) WC: Statutory Limits
As required by State of California EL: No less than $1,000,000 per accident for bodily injury or
disease

Bid Response Packet – RFP No. 901688


Page 22 
D Professional Liability including Technology Professional Liability (Errors $2,000,000 per occurrence
and Omissions) Insurance appropriate to the Consultant’s profession. $2,000,000 project aggregate
Coverage shall be sufficiently broad to respond to the duties and
obligations as is undertaken by Consultant in this agreement and shall
include, but not be limited to, claims involving infringement of intellectual
property, including but not limited to infringement of copyright, trademark,
trade dress, invasion of privacy violations, information theft, damage to
or destruction of electronic information, release of private information,
alteration of electronic information, extortion and network security. The
policy shall provide coverage for breach response costs as well as
regulatory fines and penalties as well as credit monitoring expenses with
limits sufficient to respond to these obligations.

a. The Policy shall include, or be endorsed to include, property


damage liability coverage for damage to, alteration of, loss of,
or destruction of electronic data and/or information “property” of
the County in the care, custody, or control of the Consultant. If
not covered under the Consultant’s liability policy, such
“property” coverage of the Consultant may be endorsed onto
the Consultant’s Cyber Liability Policy as covered property as
follows:
b. Cyber Liability coverage in an amount sufficient to cover the full
replacement value of damage to, alteration of, loss of, or
destruction of electronic data and/or information “property” of
the County that will be in the care, custody, or control of
Consultant.

The Insurance obligations under this agreement shall be the greater of 1


—all the Insurance coverage and limits carried by or available to the
Vendor; or 2—the minimum Insurance requirements shown in this
agreement. Any insurance proceeds in excess of the specified limits and
coverage required, which are applicable to a given loss, shall be
available to Agency. No representation is made that the minimum
Insurance requirements of this agreement are sufficient to cover the
indemnity or other obligations of the Vendor under this agreement.

Bid Response Packet – RFP No. 901688


Page 23 
D Endorsements and Conditions:

1. ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF,
AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES, VOLUNTEERS, AND REPRESENTATIVES ARE TO BE COVERED AS
ADDITIONAL INSUREDS ON THE CGL POLICY WITH RESPECT TO LIABILITY ARISING OUT OF WORK OR OPERATIONS
PERFORMED BY OR ON BEHALF OF THE CONTRACTOR INCLUDING MATERIALS, PARTS, OR EQUIPMENT FURNISHED IN
CONNECTION WITH SUCH WORK OR OPERATIONS. GENERAL LIABILITY COVERAGE CAN BE PROVIDED IN THE FORM
OF AN ENDORSEMENT PAGE TO THE CONTRACTOR’S INSURANCE (AT LEAST AS BROAD AS ISO FORM CG 20 10 11 85
OR IF NOT AVAILABLE, THROUGH THE ADDITION OF BOTH CG 20 10, CG 20 26, CG 20 33, OR CG 20 38; AND CG 20 37 IF
A LATER EDITION IS USED). AUTO POLICY SHALL CONTAIN, OR BE ENDORSED TO CONTAIN ADDITIONAL INSURED
COVERAGE FOR THE COUNTY.
2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement. In addition,
Insurance policies and coverage(s) written on a claims-made basis shall be maintained and evidence of insurance must be provided
during the entire term of the Agreement and for at least five (5) years following the later of termination of the Agreement and
acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent
with the commencement of activities pursuant to this Agreement. If coverage is cancelled or non-renewed, and not replaced with
another claims-made policy form with a Retroactive Date prior to the contract effective date, the Contractor must purchase
“extended reporting” coverage for a minimum of five (5) years after completion of work. Proof of workers’ compensation insurance
coverage is not required if contractor provides a signed Workers Compensation Written Declaration of Compliance.
3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies, including excess and umbrella insurance policies, shall be primary
and non-contributory coverage at least as broad as ISO CG 20 10 04 13 as respects the County, its officers, officials, employees, or
volunteers. Any insurance or self-insurance maintained by the County, its officers, officials, employees, or volunteers shall be
excess of the Contractor’ insurance and shall not contribute with it. Pursuant to the provisions of this Agreement insurance effected
or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified
Parties.
4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with an A.M. Best Rating of no less than A:VII or
equivalent, shall be admitted to the State of California unless otherwise acceptable by Risk Management, and with deductible
amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of
Contractor hereunder. Self-insured retentions must be declared and approved. Any deductible or self-insured retention amount or
other similar obligation under the policies shall be the sole responsibility of the Contractor. The policy language shall provide or be
endorsed to provide, that the self –insured retention may be satisfied by either the named insured or County.
5. SUBCONTRACTORS: CONTRACTOR SHALL INCLUDE ALL SUBCONTRACTORS AS AN INSURED (COVERED PARTY)
UNDER ITS POLICIES OR SHALL VERIFY THAT THE SUBCONTRACTOR, UNDER ITS OWN POLICIES AND
ENDORSEMENTS, HAS COMPLIED WITH THE INSURANCE REQUIREMENTS IN THIS AGREEMENT, INCLUDING THIS
EXHIBIT.
6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be
provided by one of the following methods:
– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured” (covered party), or
at minimum named as an “Additional Insured” on the other’s policies. Coverage shall be at least as broad as in the ISO Forms
named above.
– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured”.
7. CANCELLATION OF INSURANCE: Each insurance policy required above shall provide that coverage shall not be cancelled, except
with notice of cancellation provided to the County in accordance with policy terms and conditions.
8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of
insurance and applicable insurance endorsements as set forth in the provisions of this Agreement and this Exhibit C, in forms
satisfactory to County, evidencing that all required insurance coverage is in effect. However, failure to obtain the required
documents prior to the work beginning shall not waive the Contactor’s obligation to provide them. The County reserves the right to
require the Contractor to provide complete, certified copies of all required insurance policies, including endorsements required by
these specifications, at any time.
Certificate C-2 Next Generation Security Platform Page 1 of 1 Form 2001-1 (Rev. 07/31/18)
\

Bid Response Packet – RFP No. 901688


Page 24 
Appendix 1

Zone Model Throughput Service


Ecommerce ASA 5515-X 600Mbps IPS,Firewall
Ecommerce Backend ASA5520-SSM-20 450Mbps IPS,Firewall
External Business ASA5520-SSM-20 450Mbps URL, IPS,Firewall
Partners
Internet ASA5585X-SSP-20 2.5Gbps URL,User,Malware,IPS,Application
SFR60
SQL ASA5585X 10Gbps Application/Database Security
Remote Access ASA5520-SSM-20 225Mbps IPS,Firewall

You might also like