Pure Storage as a Service
ID: 2026-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 proposals from authorized resellers for "Pure Storage as a Service" to manage and store data securely. The procurement aims to establish a reliable storage solution that meets the SAA's data processing and cybersecurity requirements, ensuring compliance with Senate regulations. This service is critical for maintaining the integrity and confidentiality of sensitive Senate data. Interested vendors must submit their proposals by January 12, 2025, including a signed pricing table and proof of authorization as a Pure Storage reseller, with questions due by December 29, 2025. For further inquiries, contact Tonia Courtney at zemirah_courtney@saa.senate.gov or call 202-224-0120.

    Point(s) of Contact
    Files
    Title
    Posted
    The SAA Request for Quotation (RFQ) 2025-R-072 is a pricing table for products or services from Pure Storage //X70 Series, including various configurations for Limestone and Shield Data Centers supporting Vmware, RHEL, RDBMS, Windows, and Linux. The RFQ outlines a firm-fixed-price basis for a base year (April 1, 2026, to March 31, 2027) and four option years, extending through March 31, 2031. Prices are in USD and currently listed as $0.00 for all items, indicating that vendors need to submit their proposed pricing. The document specifies that shipping will be F.O.B. Destination to the U.S. Senate in Washington, DC, and any shipping/handling charges must be identified separately. Offerors must state whether their quotation is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC. Price quotes must remain valid until March 31, 2026. The SAA reserves the right to reject non-compliant quotations. The RFQ also includes sections for mandatory vendor information, such as Company Name, TAX ID NO., and SAM Unique Entity Identifier/DUNS.
    This document outlines the comprehensive Purchase Order Clauses for the Sergeant at Arms (SAA) within the U.S. Senate, effective December 2025. It establishes the SAA Contracting Officer's authority, dictates the order of precedence for contractual documents, and mandates compliance with Senate security regulations. Key provisions include detailed acceptance criteria for goods and services, guidelines for price adjustments, and the tax-exempt status of the U.S. Senate. The document specifies invoicing and payment procedures, emphasizing electronic submission and direct deposit, while explicitly rejecting late fees and the applicability of the Prompt Payment Act. Crucially, it prohibits advertising that implies Senate endorsement and details strict rules against gratuities and conflicts of interest. Termination clauses for cause and convenience are defined, alongside conditions for excusable delays and the resolution of disputes under U.S. Senate Procurement Regulations. Extensive sections cover Senate Data Protection, Privacy and Confidentiality, Cybersecurity, and Artificial Intelligence Training, ensuring the secure handling and non-disclosure of sensitive information. Personnel security requirements, including background checks for staff with Senate access, are detailed. The document also clarifies the non-applicability of certain federal laws, rejects automatic renewals and specific indemnification clauses, and outlines procedures for contract extensions and recovery for fraud.
    This addendum outlines critical terms and conditions for contractors engaging with the U.S. Senate, Office of the Sergeant at Arms (SAA), ensuring compliance with federal law and Senate Procurement Regulations. It supersedes any conflicting terms in commercial license agreements. Key provisions include the unenforceability of clauses violating the Anti-Deficiency Act, such as those requiring future fees, automatic renewals, or SAA indemnification for contractor actions. The addendum stipulates that the Department of Justice controls third-party claims, and contractors must indemnify the SAA for their negligence or intellectual property infringements. It prohibits contractor audits of SAA systems without written request, disclaims SAA responsibility for taxes or additional fees, and invalidates unilaterally incorporated or modified terms. Dispute resolution must follow Senate Regulations, excluding mandatory arbitration. The SAA reserves rights for termination for default or convenience, prohibits contractor unilateral termination, and mandates confidentiality and data protection post-contract. It also restricts advertisement implying SAA endorsement and prohibits assignment by the licensor without prior SAA approval, emphasizing that SAA obligations are contingent on fund availability.
    The "OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement" is a declaration by Original Equipment Manufacturers (OEMs) affirming their adherence to Section 208 of the Legislative Branch Appropriations Act, 2020. This act, found within the Further Consolidated Appropriations Act, 2020 (P.L. 116-94), prohibits the acquisition of specific telecommunications equipment and high-impact or moderate-impact information systems. These systems are defined by security categorization standards outlined in the National Institute of Standards and Technology's (NIST) Federal Information Processing Standard Publication 199. The document serves as a compliance certification for government procurement processes, ensuring that contracted OEMs meet federal security and telecommunications equipment restrictions.
    Request for Quotation 2026-R-023 seeks bids for Pure Storage as a Service, with submissions due by January 12, 2025, at 5 p.m. ET. Offerors must submit a signed PRICING TABLE and, if applicable, End User License Agreements (EULA) and the ADDENDUM TO COMMERCIAL AGREEMENTS. A crucial requirement is that the Offeror must be a Pure Storage authorized reseller and provide a current OEM statement verifying this authorization for sales 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. Questions are due by December 29, 2025, at 5 p.m. ET. Submission requirements include an active SAM registration, direct supply from OEM-authorized channels within the USA, and firm-fixed-prices on a F.O.B. Destination basis. The Sergeant at Arms (SAA) reserves the right to reject incomplete quotations and will award on a Lowest Price Technically Acceptable basis.
    Lifecycle
    Title
    Type
    Pure Storage as a Service
    Currently viewing
    Solicitation
    Similar Opportunities
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Pure Storage to provide storage solutions for Senate data through a contract titled "Pure Storage as a Service." The procurement requires offerors to submit firm-fixed-price quotations for various Pure Storage //X70 Series models, which will support multiple operating systems and include a base year followed by four option years. This service is critical for maintaining the Senate's data infrastructure and ensuring compliance with federal regulations, particularly regarding telecommunications equipment. Interested parties must submit their quotes by January 12, 2025, and direct any inquiries to Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-224-0120.
    Pure Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking authorized resellers of Pure Storage to provide data storage solutions as outlined in Request for Quotation (RFQ) 2025-R-072. The procurement includes various configurations of Pure Storage //X70 Series systems for both production and lab environments, supporting multiple operating systems and virtualization platforms. This initiative is critical for the SAA to effectively manage and store its data, ensuring compliance with federal regulations and operational efficiency. Interested vendors must submit their firm-fixed-price quotations by January 12, 2026, with all submissions sent via email to acquisitions@saa.senate.gov. For further inquiries, contact Tonia Courtney at 202-909-9017 or via email at zemirahcourtney@saa.senate.gov.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers of Cohesity for backup storage solutions to manage SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, along with necessary subscriptions and support, emphasizing compliance with federal regulations, including an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This initiative is critical for ensuring the integrity and security of data management within the Senate's IT infrastructure. Interested offerors must submit their signed pricing tables and any required documentation by January 12, 2026, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    Omnissa - Workspace ONE
    Senate, The
    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for a twelve-month subscription to Omnissa Workspace ONE software and related support services. The procurement requires that offerors be authorized resellers of Omnissa Workspace ONE, with firm fixed-price quotations for both Standard and Advanced versions of the software. This initiative is crucial for maintaining the Senate's IT infrastructure and ensuring efficient management of end-user services. Interested vendors must submit their questions by December 26, 2025, and all quotes and required documents by January 5, 2025, with further inquiries directed to Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-224-0120.
    Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for Unsecure Offsite Tape Storage and Critical Special Mission Emergency Services at the Radford Army Ammunition Plant in Virginia. The contract encompasses a range of services including the secure vaulting of LTO media, transportation of media in certified containers, and 24/7 customer support, with a focus on maintaining strict security and environmental compliance. This procurement is critical for the Army's Acquisition, Logistics, and Technology Enterprise Systems & Services (ALTESS) Project Office, ensuring the secure management of sensitive data. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 PM EST, and can direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via their provided email addresses.
    HC108426R0004 Enterprise Storage Solutions IV Managed Storage Service Draft Request for Proposal
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on the draft Request for Proposal (RFP) HC108426R0004 for Enterprise Storage Solutions IV Managed Storage Services. The procurement aims to establish an indefinite delivery/indefinite quantity contract for reliable and cost-effective managed storage services that can dynamically adapt to varying demands, ensuring seamless management of storage infrastructure for both CONUS and OCONUS locations. This opportunity is critical for supporting the evolving operational requirements of the Government, emphasizing flexibility, security, and modernization of storage solutions. Interested parties should review the draft RFP and Performance Work Statement (PWS) for detailed requirements, with proposals due by February 2, 2026, at 9:00 AM. For further inquiries, contact Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil.
    70--STORAGE SERVER COMP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of storage server components. This opportunity requires compliance with specific regulations, including the submission of authorized distributor letters for non-government-approved sources, and emphasizes the importance of adhering to emergency acquisition flexibilities. The goods are critical for IT and telecom operations, particularly in supporting national defense and emergency preparedness initiatives. Interested vendors should direct inquiries to Keli Barish at 215-737-3861 or via email at KELI.BARISH@DLA.MIL, as proposals must be submitted in accordance with the outlined requirements.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance coverage for various IBM hardware, including FlashSystem and TS4300 Tape modules, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for ensuring the reliability and performance of the Air Force's data storage infrastructure. Interested parties must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison at kristin.morrison.1@us.af.mil or Lt Amanda Thoman at amanda.thoman@us.af.mil.
    Capacity as A Service (CaaS)
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is conducting market research to identify small business vendors capable of providing Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure, laboratory environments, and data centers. The CaaS solution will involve the provision, installation, and maintenance of compute, networking, and storage hardware at designated government facilities, with a focus on modular, enterprise-grade performance and compliance with DoD security requirements. Interested vendors are invited to submit their responses to the Request for Information (RFI) by January 16, 2025, at 08:00 AM EST, and should direct their submissions to Kellie Holley and Kevin Guertin via email. This RFI is for informational purposes only and does not constitute a solicitation for offers.
    Smart Storage Lockers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking information from qualified sources for a Smart Locker Storage Solution. This Request for Information (RFI) aims to identify potential contractors capable of providing a solution that meets specific requirements, including modular designs, advanced notifications, and compliance with security standards, to be installed at eight indoor locations in Washington, D.C. The solution is critical for securely storing clothing, law enforcement, and IT equipment, ensuring operational efficiency and security for the agency. Interested parties must submit a capabilities statement, not exceeding three pages, along with relevant experience and contract references by January 9, 2026, at 12:00 PM ET, to the primary contacts Aisha Collins and Jade Gaston via their provided email addresses.