Pure Storage as a Service
ID: 2026-R-023Type: 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 (518210)

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 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 zemirah_courtney@saa.senate.gov or by phone at 202-224-0120.

    Point(s) of Contact
    Files
    Title
    Posted
    The SAA Request for Quotation 2026-R-023 is a pricing table for products or services related to Pure Storage //X70 Series data center equipment. The RFQ outlines a base year from April 1, 2026, to March 31, 2027, followed by four option years, each spanning one year, until March 31, 2031. The document specifies various Pure Storage //X70 Series models for Limestone and Shield Data Centers, supporting VMware, RHEL, RDBMS, Windows, and Linux operating systems, with different storage capacities. The SAA requires offerors to provide firm-fixed-price quotations, identify any shipping/handling charges, and state if their quotation is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC. Price quotes must be valid until March 31, 2026, and the SAA reserves the right to reject non-compliant quotations.
    This document outlines the Purchase Order Clauses for contracts with the U.S. Senate, administered by the Sergeant at Arms (SAA) Contracting Officer. It establishes the order of precedence for contractual documents, with Purchase Order Clauses superseding Contractor Specific Terms in case of conflict. Key provisions cover security compliance, acceptance criteria for goods and services, and the rejection of hyperlinked or third-party terms unless submitted in full text. The document details pricing, tax exemption for the Senate, and change order procedures. It also specifies invoicing requirements, payment terms, and the rejection of late payment fees or automatic renewals. Critical clauses address advertising restrictions, gratuities, conflicts of interest, and termination for cause or convenience. It further includes provisions for excusable delays, dispute resolution under U.S. Senate Procurement Regulations, and the rejection of equitable remedies without direct statutory citation. Comprehensive sections on Senate Data Protection, Privacy and Confidentiality, Cybersecurity, Data Transfer, Artificial Intelligence Training, Data Return, and Incident Notification are included, emphasizing the protection of Senate information and adherence to specific reporting protocols. Personnel security requirements, including background checks for individuals with Senate building or network access, are detailed. The document explicitly states the non-applicability of certain federal laws to the Senate, such as the Prompt Payment Act and FOIA, and rejects Contractor Specific Terms related to assignment, indemnification, and automatic renewals. It concludes with an option to extend the term of the order and a warranty clause.
    This addendum to commercial agreements outlines modifications and unacceptable terms for contracts between contractors and the U.S. Senate, Office of the Sergeant at Arms (SAA). It emphasizes that federal law and Senate Procurement Regulations supersede any conflicting commercial terms. Key provisions include the unenforceability of clauses requiring the SAA to pay future fees, penalties, or indemnify the contractor (Anti-Deficiency Act violations). The addendum also restricts contractor control over third-party claims, disallows automatic renewals, limits contractor audit rights, and exempts the SAA from taxes and certain fees. Furthermore, it clarifies that unsubmitted or unilaterally revised terms are not binding, mandates federal law and regulations for venue and choice of law, prohibits mandatory arbitration, and rejects unilateral termination or modification by the contractor. Confidentiality, data protection after termination, and specific termination clauses for default, convenience, and gratuities are also detailed.
    The "OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement" is a critical document for federal government RFPs, federal grants, and state/local RFPs. It serves as an Original Equipment Manufacturer's (OEM) declaration of compliance with Section 208 of the Legislative Branch Appropriations Act, 2020 (P.L. 116-94). This section prohibits the acquisition of specific telecommunications equipment and information systems categorized as high-impact or moderate-impact, as defined by NIST's Federal Information Processing Standard Publication 199. The statement requires a certifying officer's name, title, date, and signature, underscoring the OEM's commitment to adhering to federal regulations concerning secure telecommunications and information systems in government procurement.
    Request for Quotation 2026-R-023 outlines instructions and requirements for submitting quotes for Pure Storage as a Service. Offerors must submit a signed PRICING TABLE and, if applicable, End User License Agreements (EULA) and a signed ADDENDUM TO COMMERCIAL AGREEMENTS. Crucially, offerors must be authorized Pure Storage resellers, providing an OEM statement of authorization. For telecommunications or high/moderate-impact information systems, an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, is required. Submissions are due via email by January 12, 2025, at 5 p.m. ET, with questions due by December 29, 2025, at 5 p.m. ET. Key submission requirements include active SAM registration, direct supply from OEM authorized channels in the USA, and adherence to Section 208 compliance. Quotes must provide Firm-Fixed-Prices on a F.O.B. Destination basis using the Excel worksheet, and all contract terms must be submitted in full text. The Senate will make one award based on the Lowest Price Technically Acceptable. The SAA reserves the right to reject incomplete quotations.
    Lifecycle
    Title
    Type
    Pure Storage as a Service
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Pure Storage as a Service
    Senate, The
    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 zemirahcourtney@saa.senate.gov or call 202-224-0120.
    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.
    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.
    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.
    Synology Storage for HLS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotes for the procurement of Synology Storage for Human Landing System (HLS), a brand-name requirement specifically for authorized resellers. This procurement is set aside for small businesses under NAICS Code 541519 and includes the purchase of a Network Attached Storage (NAS) system, expansion units, hard drives, and associated support services, with a lead time of 30 days after receipt of order. The selected storage solution is critical for meeting current capacity requirements and ensuring compatibility with existing systems, thereby avoiding potential usability and support challenges. Quotes are due by December 29, 2025, at 8 a.m. CT, and must be submitted to Stephanie Graham at Stephanie.n.Graham@nasa.gov, referencing the tracking number provided in the solicitation documents.
    Elan Sailboat Storage and Maintenance Service
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Academy, is seeking qualified contractors to provide storage and maintenance services for the Elan Sailboat, a Swan 54 Sail Training Vessel. The procurement requires contractors to supply all necessary tools, materials, and labor for the winter and summer storage, maintenance, and preparation of the vessel, which includes tasks such as mast unstepping, bottom washing, and extensive winterization of various systems. This opportunity is a Total Small Business Set-Aside under NAICS Code 336611, with a performance period from December 22, 2025, through June 2027, and quotes are due by January 6, 2026, at 11:59 PM EST. Interested parties should submit their quotes and any inquiries to the primary contact, Katherine M. Discenza, at Katherine.M.Discenza@uscg.mil, or to the secondary contact, Ms. Ashley L. Perez, at Ashley.L.Perez@uscg.mil.
    Battery Storage
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting quotations for the procurement of twenty (20) rechargeable battery storage units, identified by NSN 6140-01-576-5198 and P/N 549-1324-06. This procurement is critical for supporting USCG aviation logistics and ensuring operational readiness, with the potential for an additional seventy-six (76) units within a year of the initial order. Interested vendors must comply with federal acquisition regulations, including providing a Certificate of Conformance and adhering to strict quality assurance standards. Quotations are due by January 6, 2026, at 2:00 p.m. Eastern Time, and should be submitted via email to Michelle R. Monds at Michelle.R.Monds@uscg.mil, referencing solicitation number 70Z03826QJ0000051.