Professional Documents
Culture Documents
Contracting Organization: Pension Benefit Guaranty Corporation (PBGC) / Procurement Department (PD)
Contract Number:
Contractor Name or
Brand Name Product: Gigamon GigaVUE Switch Equipment and Parts
)$56XESDUWE7KHUHTXLUHGVXSSOLHVRUVHUYLFHVDUHFRPPHUFLDOLWHPVRQO\RQHVRXUFH
LQFOXGLQJEUDQGQDPHSURGXFWLVFDSDEOHRIVDWLVI\LQJWKH$JHQF\VUHTXLUHPHQWDQGWKHFRVWSULFH
H[FHHGVWKH6$7EXWGRHVQRWH[FHHG0
BGC requires the purchase of additional Gigamon bypass switch equipment to support the
Enterprise Cybersecurity Division's security program. Gigamon equipment is already in place
and supports the Intrusion Prevention System. Currently, PBGC has IDS (Intrusion Detection
System) which is in production. PBGC purchased the Gigamon communications bypass
switches to provide additional devices for monitoring security events throughout the
infrastructure. This equipment is the only bypass switch equipment on the Technical
Reference Model (TRM), and only Gigamon products will work with the bypass switches.
Currently, no other brand will work and will require an entirely new communication bypass
switches if a new brand is introduced.
At the moment, the current system in place will ensure that our computer security system will
be operating in an efficient manner and that PBGC proactively meets critical corporate
strategic and business objectives. If another device or switch was introduced, it would require
re-testing the compatibility with the present system, checking performance, checking for
system compliancy, and perhaps reconfiguring the system network. At this time, PBGC has
determined that switching to a different system would not achieve the same level of
performance or reliability currently in place.
Only Gigamon brand bypass switches are on the PBGC TRM. Market Research was
completed to determine the availability of Gigamon equipment and to identify possible
re-sellers. This research showed that the Gigamon equipment PBGC is looking to procure is
available for multiple vendors and re-sellers. Additionally, in order to ensure quotations are
solicited from as many potential sources as practicable, this requirement will be posted to the
Government Point of Entry (GPE).
A determination that the cost/price is fair and reasonable will be made by the
Determination:
Contracting Officer before the contract action is issued.
Identify the actions that will be taken to provide the basis to be used for making the cost/price fair and
reasonableness determination:
The Gigamon equipment and part numbers are available through multiple vendors- the
manufacturer and some re-sellers. PBGC anticipates receiving adequate competition on this
requirement. The Contracting Officer will make a determination that prices are fair and
reasonable using appropriate price analysis techniques.
Market Research was accomplished mainIy to find resellers and authorized vendors which
can provide Gigamon products. A search was accomplished Gigamon re-sellers and four
FAR Part 10
vendors were found to supply the only brand of bypass switch equipment that is currently
certified in the TRM for use with the existing systems, Gigamon. It was evident that the
Gigamon equipment are available through multiple vendors or re-sellers.
The Gigamon equipment is a part of PBGCs infrastructure security system and is the only
bypass switch equipment in the TRM. Purchasing any other brand system would require
installation, re-testing, training, change control and monitoring which would require additional
PBGC resources. Based on this information, switching to other equipment would not be in the
best interest of the government at this time because of the time and additional resources
needed for installation, re-testing, training and monitoring.
11. A STATEMENT OF THE ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY
BARRIERS TO COMPETITION BEFORE MAKING ANY SUBSEQUENT ACQUISITION FOR THE
SUPPLIES OR SERVICES REQUIRED
OIT will continue to monitor communications equipment. If it becomes evident that a different
type or brand of equipment would better support our infrastructure and be compatible, we will
propose a different solution. Any new or different solution would not only have to be
compatible, but also cost effective to the Government.
I hereby certify that this Sole Source Justification and all supporting data are accurate and complete to the
best of my knowledge and belief.
I hereby certify that this Sole Source Justification and all supporting data are accurate and complete to the
best of my knowledge and belief.
Justification does not exceed $700K - ,DSprove this Justification. Justification exceeds $700K
David Poppe
Name (Contracting Officer)
Steven H. Kvalevog
Name (Competition Advocate)
Signature Date