Dallas Logo
File #: 21-1605    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 8/19/2021 In control: Office of Procurement Services
On agenda: 9/22/2021 Final action:
Title: Authorize a three-year service contract for software subscription, maintenance, and support of an existing security and threat management system for the Department of Information and Technology Services - Accudata Systems, Inc., most advantageous proposer of four - Not to exceed $410,531.36 - Financing: Data Services Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     September 22, 2021

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service contract for software subscription, maintenance, and support of an existing security and threat management system for the Department of Information and Technology Services - Accudata Systems, Inc., most advantageous proposer of four - Not to exceed $410,531.36 - Financing:  Data Services Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis. 

 

This service contract will allow for software subscription, maintenance, and support of an existing security threat management system. This system enables the City to manage threats from both the external internet and internal intranet websites. The system detects and filters various types of viruses, malware, and advanced persistent threats to the City's information systems.

 

The system reduces cyber threats such as:

 

                     Sophisticated global cyberthreats

                     Transmittal and disclosure of electronically protected health information

                     Access to unauthorized and restricted sites

                     e-commerce threats associated with City's business to business relationships such as electronic payments and electronic wire transfers between the City and vendors

 

This contract will enhance the City's ability to monitor, manage, and respond to various types of cybersecurity threats, reduce risks posed by such threats, and reduce vulnerabilities to the City's information systems. Due to the continued growth of cyberthreats and their increasing sophistication, this security and threat management system is necessary to ensure the confidentiality, integrity, and availability of the City's information systems and assets. Furthermore, the contract will provide technical maintenance and support, including upgrades to current software releases, and patches.

 

The system reviews the contents of encrypted internet information to ensure there are no hidden threats, reviews inbound and outbound internet traffic, and intercepting and blocking viruses, and spam that ultimately provides protection to systems including, but not limited to:

 

                     Provides compliance with the Children’s Internet Protection Act by blocking or filtering internet access to pictures that are obscene, child pornography, or harmful to minors (for computers that are accessed by minors)

                     Criminal Justice Information Systems

                     City's financial systems

                     Payroll systems

                     Internet usage

                     Love Field systems

                     Critical infrastructure systems

                     General user's computer systems

                     Production documents that City staff create daily

 

A four-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Department of Information and Technology Services                                    (1)

                     Office of Data Analytics & Business Intelligence                                            (1)

                     Water Utilities Department                                                                                                   (1)

                     Office of Procurement Services                                                                      (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable.

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost                                                                                                                                                                        30 points

                     Technical match                                                                                                                              30 points

                     Expertise                                                                                                                                                   15 points

                     Functional match                                                                                                                              15 points

                     Training                                                                                                                                                     5 points

                     Local Preference Program                                                                                                           5 points

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The current calculated living wage during the solicitation process of this contract is $12.38; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On April 26, 2017, City Council authorized an acquisition contract for the purchase, implementation, configuration, and user training of a Forcepoint Triton APX security and threat management system; and a three-year service contract, with two one-year renewal options, for software subscription, maintenance, and support of the Forcepoint Triton APX security and threat management system with Accudata Systems, Inc. by Resolution No. 17-0675.

 

On May 13, 2020, City Council authorized Supplemental Agreement No. 1 to exercise the first of two, one-year renewal options to the service contract with Accudata Systems, Inc. for software subscription, maintenance, and support of the Forcepoint Triton APX security and threat management system by Resolution No. 20-0744.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

Data Services Fund

$162,476.90

$124,943.08

$123,111.38

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

M/WBE %

M/WBE $

$410,531.36

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

Accudata Systems, Inc. - Non-local; Workforce - 14.07% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for Competitive

Utilized for high technology procurements, insurance procurements, and other goods and services

Sealed Proposal

Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications

 

Always involves a team evaluation

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BS21-00015883.  We opened them on April 15, 2021.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

 

*Denotes successful proposer

 

Proposers                     Address                                                                                                                              Score                     

 

*Accudata Systems,                     10713 West Sam Houston Parkway North                                          77.33

Inc.                     Suite 600

                     Houston, TX  77064

 

Novacoast, Inc.                      1505 Chapala Street                                                                72.23

                     Santa Barbara, CA  93101

 

Cyber Watch                      5717 Legacy Drive                                                               60.93

Systems                     Suite 250

                     Plano, TX  75024

 

CDW Government,                      230 North Milwaukee Avenue                                                                51.36

LLC.                     Vernon Hills, IL  60061

 

OWNER

 

Accudata Systems, Inc.

 

Patrick Vardeman, President