Pure Storage
ID: 2025-R-072Type: Solicitation
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (51821)

PSC

IT AND TELECOM - STORAGE AS A SERVICE (DK10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Pure Storage to provide data storage solutions for the Senate's operational needs. The procurement involves the provision of Pure Storage products and services, specifically configurations of the Pure Storage //X70 Series, which are crucial for supporting various operating systems and virtualizations in both production and lab environments. Interested vendors must submit their quotations by December 19, 2025, including a signed pricing table and compliance statements, with questions due by December 10, 2025. For further inquiries, potential offerors can contact Tonia Courtney at zemirah_courtney@saa.senate.gov or by phone at 202-909-9017.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued Request for Quotation (RFQ) 2025-R-072 for Pure Storage products and services. The RFQ details a pricing table for a base year (2/01/2026 to 1/31/2027) and four option years, extending through 1/31/2031, with all prices to be quoted in USD and currently listed as $0.00. The requested items are various configurations of Pure Storage //X70 Series for production and lab environments, supporting different operating systems and virtualizations (Vmware, RHV, RDBMS, Windows, Linux). Vendors must provide firm-fixed-price quotations, separately identify shipping/handling charges, and specify if their quote is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC. Quotations must be valid until February 28, 2026, and the SAA reserves the right to reject non-compliant submissions. The complete RFQ includes this pricing table, instructions, submission requirements, contract clauses, and addendum to commercial agreements.
    This document outlines the standard clauses for Purchase Orders issued by the Sergeant at Arms (SAA) for the U.S. Senate. It establishes the authority of the SAA Contracting Officer, the order of precedence for contractual documents, and requirements for security, acceptance of goods/services, and pricing. Key provisions include explicit rejection of contractor-specific terms that conflict with Senate regulations or federal law, particularly regarding taxes, payment terms (SAA is not subject to the Prompt Payment Act), advertising, gratuities, conflicts of interest, and automatic renewals. The document also details comprehensive stipulations for Senate Data Protection, Privacy and Confidentiality, Cybersecurity, Data Transfer, Artificial Intelligence Training (reserving all rights to the Senate), Data Return, and Incident Notification. Personnel security requirements, including background checks for unescorted access or network access, are also specified. Overall, the clauses emphasize the Senate's sovereignty, legal compliance, and stringent data protection measures, ensuring that all engagements align with federal law and Senate regulations.
    This addendum outlines the mandatory terms for contractors engaging with the U.S. Senate, Office of the Sergeant at Arms (SAA), ensuring compliance with federal law and Senate Procurement Regulations. Key provisions render unenforceable any contractor terms that conflict with federal law or SAA needs, including those related to unauthorized obligations, automatic renewals, and SAA responsibility for taxes or fees. It modifies clauses on third-party claims, granting the SAA indemnification rights while reserving litigation control to the Department of Justice. The addendum prohibits contractor audits of SAA systems, mandates specific dispute resolution procedures, disallows unilateral termination or modification by the contractor, and restricts advertisement references. Additionally, it imposes strict confidentiality requirements, data protection obligations post-contract, and outlines conditions for termination due to default or convenience, as well as the prohibition of gratuities and the contingency of payment on fund availability. This document ensures that all agreements align with federal and SAA-specific legal and operational frameworks.
    This document is an Original Equipment Manufacturer (OEM) Statement of Compliance, affirming adherence to Section 208 of the Legislative Branch Appropriations Act, 2020 (P.L. 116-94). This act prohibits the procurement of specific telecommunications equipment and high-impact or moderate-impact information systems, as defined by the National Institute of Standards and Technology's (NIST) Federal Information Processing Standard Publication 199. The statement requires a certifying officer's name, title, date, and signature to confirm the OEM's compliance with these federal regulations.
    Request for Quotation 2025-R-072 seeks quotes for Pure Storage as a Service, with submissions due by December 19, 2025, at 5 p.m. ET. Offerors must submit a signed PRICING TABLE and, if applicable, signed EULAs/Contract Terms and the ADDENDUM TO COMMERCIAL AGREEMENTS. A crucial requirement is that the Offeror must be a Pure Storage authorized reseller, providing a current OEM statement verifying this authorization to sell to the Federal Government in the USA. For telecommunications equipment or high/moderate-impact information systems, an OEM STATEMENT OF COMPLIANCE with Section 208 of the Legislative Branch Appropriations Act, 2020, is mandatory. All documents must be emailed to acquisitions@saa.senate.gov, with questions due by December 10, 2025, at 5 p.m. ET. Offerors need an active SAM registration, must supply products directly from authorized OEM channels in the USA, and provide Firm-Fixed-Prices on an F.O.B. Destination basis. The SAA reserves the right to reject non-compliant or incomplete quotations, with one award, if any, made on a Lowest Price Technically Acceptable basis.
    Lifecycle
    Title
    Type
    Pure Storage
    Currently viewing
    Solicitation
    Similar Opportunities
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage and protect SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, with specific requirements for compliance with federal regulations, including the necessity for an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This opportunity is critical for ensuring the integrity and security of data within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and any necessary agreements, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    PureStorage for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of a PureStorage SAN Forensics Lab, which includes an enterprise-class all-flash array designed for high-performance block storage to support forensics investigations and system backups. The contract, identified as RFQ CORHQ-25-Q-0480, requires offerors to provide detailed pricing for various components, including hardware, software, and installation services, with a performance period of three years commencing from the award date. This procurement is critical for ensuring efficient data management and storage capabilities within the FDIC's operational framework. Interested vendors must submit their quotes by 12:00 PM EST on December 12, 2025, and direct any inquiries to Ellisha Smith at ellismith@FDIC.gov or by phone at 571-212-4449.
    Dell EMC maintenance and support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide maintenance and support for Dell EMC storage, backup, and recovery products. This procurement aims to ensure the operational efficiency of these critical IT and telecom network support services, as outlined in the IRS Statement of Work entitled "Dell Storage Maintenance Solution." The solicitation (RFQ 2032L226Q00004) is expected to be released in late November or early December 2025, with a closing date anticipated in the first two weeks of December, and will be exclusively available through NASA SEWP. Interested parties should monitor the NASA SEWP site for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement involves comprehensive preventive maintenance and repair services for 17 vertical carousels and 24 vertical lift modules, ensuring compliance with OEM recommendations and safety standards, with a contract value estimated at $12,500,000 over three years. These services are critical for maintaining operational efficiency and extending the lifespan of the automated storage systems. Interested vendors must submit their quotes electronically by December 14, 2025, and can contact Michael Pitone or Lawrence Mark for further information.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Rental/lease a Cold and frozen storage
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold and frozen storage units under Request for Quotation N3904026Q304A. The procurement involves a Firm Fixed Price contract for one refrigerator box and one freezer box, with a base period of 52 weeks and two additional option periods, emphasizing the need for adherence to specific technical specifications and maintenance responsibilities. This opportunity is crucial for ensuring the proper storage of sensitive materials, and it is set aside for small businesses, with quotes due by 3:00 PM EST on December 12, 2025. Interested vendors must submit their proposals via email and ensure they are registered in SAM.gov, while also complying with Operations Security requirements outlined for contractors at the shipyard.