Title
MOTION TO AWARD IFB # TS-25-21 "CISCO SECURITY INCIDENT RESPONSE RETAINER ENHANCED" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, PRESIDIO NETWORKED SOLUTIONS LLC, IN THE AMOUNT NOT TO EXCEED $148,104 FOR A ONE YEAR PERIOD.
Summary Explanation and Background
PROCUREMENT PROCESS TAKEN:
- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”
- Section 35.15 defines an Invitation for Bid as “A written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated therein and specifically defining the commodities or services for which bids are sought. The invitation for bid shall be used when the city is capable of specifically defining the scope of work for which a service is required or when the city is capable of establishing precise specifications defining the actual commodities required. The invitation for bid shall include instructions to bidders, plans, drawings and specifications, if any, bid form and other required forms and documents to be submitted with the bid.”
- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."
- Section 35.18(A) states, "A purchase of or contracts for commodities or services that is estimated by the Chief Procurement Officer to cost more than $100,000 shall be based on sealed competitive solicitations as determined by the Chief Procurement Officer, except as specifically provided herein."
- Section 35.19 of the City's Code of Ordinances is titled "SEALED COMPETITIVE BIDDING PROCEDURE."
- Section 35.19(A) states "All sealed competitive solicitations as defined in § 35.18 shall be presented to the City Commission for their consideration prior to advertisement."
- Section 35.19(E) is titled "Bid opening procedure."
- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."
- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.”
- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $100,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."
SUMMARY EXPLANATION AND BACKGROUND:
1. On November 19, 2025, the City Commission authorized the advertisement of IFB # TS-25-21 “Cisco Security Incident Response Retainer Enhanced", which was advertised on November 25, 2025.
2. The purpose of the solicitation was to seek bids from qualified firms to provide the requested renewal of Cisco Security Incident Response Retainer Enhanced pricing for the City of Pembroke Pines, in accordance with the terms, conditions, and specifications contained in this solicitation.
3. Cisco Security Incident Response Retainer Enhanced is a flexible service offering the provides both proactive (readiness) and reactive (retainer) services against threats.
Proactive(readiness) services focus on preparing the City to effectively prevent, detect, and respond to cybersecurity incidents. These services include assessing current incident response capabilities, conducting proactive threat hunting to identify potential compromises, developing response strategies and roadmaps, and facilitating tabletop exercises to test readiness. Based on these activities, prioritized recommendations are provided to strengthen the security posture. These services are supported by defined service levels, offering 24/7/365 access with rapid response and on-site deployment capabilities.
Reactive (retainer) services provide direct support during active cybersecurity incidents to minimize impact and restore operations. These services include incident triage and response strategy design, coordination and tracking of response activities, in-depth investigation and forensics to determine scope and root cause, containing of the threat, remediation of malicious artifacts, and support with breach communications to ensure appropriate an effective stakeholder messaging.
Overall, Cisco Security Incident Response provides comprehensive benefits that strengthen the City’s cybersecurity posture and resilience. These include improved readiness and faster resolution of security incidents, reduced operational and financial impact, proactive risk mitigation through validated security controls and secure design, access to an expert response team when needed, and enhanced capabilities of the City’s security operations center, incident reporting, and overall ability to combat cyber threats.
4. On December 23, 2025, the City opened proposals from the following five (5) vendors listed in ascending order:
|
Vendor |
Total |
|
Presidio Networked Solutions LLC |
$ 148,104.00 |
|
Arif International Corporation |
$ 151,262.54 |
|
Adler Charles Services inc |
$ 152,460.00 |
|
Verity Partners Inc |
$ 153,099.00 |
|
Questivity |
$ 156,275.00 |
5. To ensure accuracy and alignment with the City’s needs, the Procurement and Sustainability Department contacted Presidio Networked Solutions LLC to verify that their bid fully reflected the requested items. Presidio confirmed that the scope and pricing were correct, with a total cost of $148,104 for a one-year period.
6. The Technology Services Department has deemed Presidio Networked Solutions LLC to be the most responsive/responsible bidder.
7. Request Commission to award IFB # TS-25-21 "Cisco Security Incident Response Retainer Enhanced" to the most responsive/responsible bidder, Presidio Networked Solutions LLC, in the amount not to exceed $148,104 for a one year period.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Initial Cost: Amount not to exceed $148,104 for one year period.
b) Amount budgeted for this item in Account No: Funds are available in Account # 001-513-2002-534990-0000-000-0000 (Other Svc)
c) Source of funding for difference, if not fully budgeted: Not Applicable.
d) 5-year projection of the operational cost of the project Not Applicable.
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.