Cohesity Backup Storage
ID: 2024-R-071Type: 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 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 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-0071, a pricing table for IT products and services, primarily Cohesity 4-Node Blocks for production and lab environments, with varying storage capacities (144 TB and 48 TB HDD, respectively) and associated subscriptions for DataPlatform, Helios, and DataProtect, including 24x7 premium support and installation. The RFQ also covers optional items such as additional capacity blocks and regional technical account manager (TAM) services, including a Platinum option with a Designated SRE. The contract is structured with a base year (January 1, 2026, to December 31, 2026) and four option years, extending through December 31, 2030. All pricing is to be Firm-Fixed-Price (FFP) in USD, with shipping F.O.B. Destination to the U.S. Senate, Washington, DC. Offerors must identify if their quotation is Open Market, GSA Schedule, NASA SEWP, or another GWAC. Price quotes must remain valid until January 31, 2026. The SAA reserves the right to reject non-compliant quotations.
    This document outlines the standard Purchase Order Clauses for the U.S. Senate Sergeant at Arms (SAA), detailing the terms and conditions for vendors and suppliers. Key provisions include the authority of the SAA Contracting Officer, a strict order of precedence for contractual documents, and requirements for security, acceptance of goods/services, and pricing. The SAA is tax-exempt and not subject to various federal acts like the Prompt Payment Act. The document specifies detailed invoicing and payment procedures, prohibiting automatic renewals and certain indemnification clauses. It also emphasizes stringent data protection, privacy, cybersecurity, and incident notification protocols for Senate Data, rejecting the use of Senate Data for AI training. Personnel requiring unescorted access or network access must undergo background checks. The clauses also address advertising restrictions, gratuities, conflict of interest, termination, excusable delays, and dispute resolution, asserting that only federal law applicable to the U.S. Senate applies.
    This addendum outlines the U.S. Senate, Office of the Sergeant at Arms' (SAA) specific terms and conditions for commercial agreements, superseding conflicting clauses in contractor license agreements. It addresses critical areas such as prohibiting unauthorized obligations that would violate the Anti-Deficiency Act, modifying indemnification clauses to align with federal law, disallowing automatic renewals, and restricting contractor audit rights over SAA systems. The addendum also clarifies SAA's non-responsibility for additional taxes or fees, limits the incorporation of external terms by reference, and mandates federal law and regulations for venue, choice of law, and dispute resolution, explicitly rejecting mandatory arbitration. It further restricts contractors from unilateral termination or modification of agreements, prohibits commercial advertising implying SAA endorsement, and imposes strict confidentiality and data protection requirements post-contract. The document details SAA's rights to terminate for default, convenience, or gratuities, and emphasizes that payment is contingent on fund availability, ensuring all provisions align with federal legal and procurement frameworks.
    The Original Equipment Manufacturer (OEM) Statement of Compliance on Limitation on Telecommunications Equipment Procurement outlines the OEM's commitment to adhering to Section 208 of the Legislative Branch Appropriations Act, 2020 (P.L. 116-94). This act prohibits the acquisition 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 document serves as a formal declaration by a certifying officer that the OEM is, to the best of its knowledge and belief, in compliance with these federal regulations. It is a critical component for government RFPs, federal grants, and state/local RFPs, ensuring that vendors meet federal security and procurement standards for telecommunications and information systems.
    Request for Quotation 2025-R-071 outlines the instructions and requirements for submitting quotes for Cohesity Backup Storage. Offerors must submit a signed PRICING TABLE and, if applicable, End User License Agreements (EULA) and a signed ADDENDUM TO COMMERCIAL AGREEMENTS. A crucial requirement is that the Offeror must be a Cohesity authorized reseller, providing an OEM statement confirming this authorization for sales to the Federal Government in the USA. If offering 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 by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. Submission requirements include an active SAM registration, direct product supply from authorized OEM channels in the USA, Firm-Fixed-Prices, and inclusion of all applicable contract terms. The Senate will make one award based on the Lowest Price Technically Acceptable criteria.
    Lifecycle
    Title
    Type
    Cohesity Backup 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 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.
    Pure Storage
    Buyer not available
    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 zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    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.
    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 Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    Aruba Network Hardware
    Buyer not available
    The Government Accountability Office (GAO) is seeking to procure Aruba Network Hardware through a sole-source justification to Hewlett Packard Enterprise Company (HPE) under the NASA Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract. This procurement aims to fulfill specific IT and telecom hardware needs, particularly in the area of servers and perpetual license software, which are critical for the GAO's operational capabilities. The justification for this sole-source order emphasizes the unique qualifications of HPE and the necessity of their products for the GAO's requirements. Interested parties can reach out to primary contact Mohamed Abdelghany at AbdelghanyM@gao.gov or secondary contact Cedric Mitchener at MitchenerC@gao.gov for further information.
    CommVault Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure maintenance support for Commvault software to ensure compliance with daily backup data thresholds. This procurement involves the annual renewal of maintenance support, which includes technical support, security patch updates, and software release updates for the existing infrastructure. The justification for this brand name exception is based on the unique requirements of the Commvault software, as outlined in FAR 16.505(a)(4)(i). Interested parties can reach out to Lawrence Nesmith at Lawrence.W.Nesmith@uscg.mil or by phone at 703-313-7562, or Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details.
    Capacity as A Service (CaaS)
    Buyer not available
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Buyer not available
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.