Anda di halaman 1dari 3

PEACE CORPS/HEADQUARTERS

Limited Sources Justification

PC-15-7-021

1. Identification of the agency and the contracting activity.


This justification is prepared by the United States Peace Corps, Office of Acquisition and Contracts
Management (OACM) on behalf of the Office of the Chief Information Officer (OCIO). The OACM is
located at the following address:

Peace Corps
Office of Acquisition and Contracts Management
1111 20th Street NW
Washington, D.C. 20526

2. Nature and/or description of the action being approved.


The award of a firm-fixed price contract; PC-15-7-021 to Systegra Inc. located at 132 Stoneledge
Place NE, Leesburg VA 20176 for security operations support services. The award was made on a
sole source basis under U.S. General Services Administration (GSA) Information Technology
Schedule 70 Contract (IT 70 Schedule). The term of the contract (recognized as a bridge) will be for
a 12 month period and will contain a 6 month base period and two 3 month option periods. The
need for the bridge contract is entirely due to unanticipated delays encountered by the
Governments acquisition team responsible for conducting the planned competitive procurement
action for the follow-on contract. The two option periods (of three (3) months each) may be
exercised should the agency encounter additional delays and/or if necessary to accommodate an
adequate transition period to the follow-on contract.
3. A description of the supplies or services required to meet the agencys needs (including
the estimated value).

The Peace Corps has a need for continued cyber security infrastructure support within the Security
Operations Center (SOC). The SOC primary responsibilities include identification and remediation
of incidents, vulnerability scanning, threat analysis, operation and maintenance of SOC and
forensics. This contract will supply a technical support service team to efficiently and professionally
manage areas of information security engineering, cyber threat analyses, vulnerability scanning,
forensics, process automation, optimization, as well as SOC operations and maintenance in
execution of the agencys Information Security Program.
The estimated value for this bridge contract is $733,800.00.

4. The authority and supporting rationale and, if applicable, a demonstration of the


proposed contractors unique qualifications to provide the required supply or service.
This acquisition is conducted under the authority of Federal Acquisition Regulation (FAR) 8.4056(a)(1)(i)(B) Only one source is capable of providing the supplies or services required.
1

PEACE CORPS/HEADQUARTERS

Limited Sources Justification

PC-15-7-021

Given the importance and complex nature of this requirement, the lack of time to conduct a
competitive action, and the need for a transition period, the agency has decided to award PC-15-7021 to Systegra Inc. for the continued development and production of Peace Corps security
infrastructure. Awarding this action to any other source other than Systegra Inc. at this moment
would likely result in security risks, unacceptable outages, substantial duplication of cost and
unacceptable delays.

Systegra, has the historical knowledge of Peace Corps security technology, working under Indefinite
Delivery/Indefinitely Quantity (IDIQ) contract PC-11-4-003. Under contract PC-11-4-003, Systegra
Inc. has made the required engineering changes to expand the agencys security system and to
ensure that Peace Corps security infrastructure remains secure and in accordance with federal
security regulations. Systegra has developed a robust understanding of the various different
security procedures and tools used at the agency. They have configured, deployed, operated and
managed the critical AlienVault, Imperva and Tenable security tools domestically and
internationally for the agency. Some other unique agency technical requirements that Systegra is
familiar with include:

AlienVault Enterprise Security Incident and Event Management (SIEM)


AlienVault Enterprise USM and Logger
Linux (Red Hat, Debian & Ubanta)
IPS rules (Suricata a & snort)
Forensic Tools (Forensic Tool Kit -FTK, Helix Pro)

Having the current and historical knowledge of the Peace Corps security system and tools makes
Systegra uniquely qualified to provide the in-depth security services required to meet the
demanding conditions under which the Peace Corps operates. The inability to continue these
mission critical services while the Peace Corps is conducting the follow-on competition would
severely impact the agency and put the agency at unnecessary risk and in violation of federal
security regulations.

This justification will be posted on Federal Business Opportunities (FedBizOpps) website notifying
industry of the agencys intent to sole source Peace Corp security operation support services
requirement to Systegra Inc. for a period of up to 12 months, while a follow-on competitive
procurement action is awarded.
5. A determination by the ordering activity contracting officer that the order represents the
best value consistent with 8.404(d).

As the bridge contract will be awarded under IT 70 Schedule, pursuant to FAR Subpart 8.404(d),
Multiple Award Schedule offers are listed as fixed prices and GSA has already determined Schedules
prices and rates to be fair and reasonable. Furthermore, as the previous contract, PC-11-4-003, was
awarded using competitive procedures, the Contracting Officer will work with Systegra Inc. to
maintain either the current contract pricing or the GSA Schedule pricing, whichever is lower,
ensuring a fair and reasonable price to the Peace Corps.
2

PEACE CORPS/HEADQUARTERS

Limited Sources Justification

PC-15-7-021

6. A description of the market research conducted among schedule holders and the results
or a statement of the reason market research was not conducted.
In accordance with FAR Part 10 Market Research was conducted and concluded that at this time
Systegra Inc. is the only vendor who can meet the governments requirements. The Peace Corps has
no plans at this time to select another contractor due to the factors outlined in Section 4 of this
document. A follow-on competitive action will be awarded in the near future.

7. Any other facts supporting the justification.


None.

8. A statement of the actions, if any, the agency may take to remove or overcome any barriers
that led to the restricted consideration before any subsequent acquisition for the supplies or
services is made.
The Peace Corps is committed to continuing the practice of increasing competition in an effort to
select the most cost-effective solution in fulfilling the agencys operational goals. Actions are
underway to conduct a competitive follow-on procurement for this requirement. It is anticipated
that the award of a new contract for cyber security infrastructure support within the Security
Operations Center will be awarded on or before March 15, 2016.
9. The ordering activity contracting officers certification that the justification is accurate
and complete to the best of the contracting officers knowledge and belief.
I certify that this justification is accurate and complete to the best of my knowledge and belief.
Wells, Adrianne
2015.05.01 19:27:07
-04'00'
________________________________

Wells, Adrianne

Adrianne Wells, Contracting Officer

5/1/2015
___________________
Date

10. Evidence that any supporting data that is the responsibility of technical or requirements
personnel and which form a basis for the justification have been certified as complete and
accurate by the technical or requirements personnel.
I certify that the technical information contained in this document for which I am responsible is
accurate and complete to the best of my knowledge and belief.
signed by
pduvall@peace Digitally
pduvall@peacecorps.gov
DN: cn=pduvall@peacecorps.gov
corps.gov
Date: 2015.05.01 14:34:59 -04'00'
________________________________

Pam Duvall, Program Manager

5/1/2015
___________________
Date

Anda mungkin juga menyukai