Cohesity Backup Storage
ID: 2025-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 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 zemirah_courtney@saa.senate.gov or call 202-909-9017.

    Point(s) of Contact
    Files
    Title
    Posted
    The SAA Request for Quotation (RFQ) 2025-R-0071 is a pricing table for IT products and services, specifically Cohesity 4-Node Blocks for production and lab environments, along with related subscriptions and support. The RFQ includes a base year (April 1, 2026, to March 31, 2027) and four option years, each spanning one year, extending through March 31, 2031. The document details specific configurations for Cohesity blocks, including storage capacity, flash memory, RAM, network interfaces, and subscriptions for DataPlatform, Helios, and DataProtect, as well as premium 24x7 support. Optional items include additional capacity blocks and regional technical account manager (TAM) services. All prices are to be quoted in USD on a Firm-Fixed-Price (FFP) basis, with shipping F.O.B. Destination to Washington, DC. Offerors must indicate if their quotation is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC. Quotations must be valid until March 31, 2026. The SAA reserves the right to reject non-compliant quotations.
    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 capacities and specifications. The RFQ includes a base year (2026) and four option years (2027-2030), each outlining quantities for different Cohesity blocks and optional items like regional technical account managers. Prices are to be Firm-Fixed-Price in USD, with shipping F.O.B. Destination to Washington, DC. Offerors must identify if their quotation is Open Market, GSA Schedule, NASA SEWP, or another GWAC. Quotations must be valid until January 31, 2026. The SAA reserves the right to reject non-compliant quotations. The document also requires mandatory vendor information, including company name, TAX ID, and SAM Unique Entity Identifier/DUNS.
    This document outlines the Purchase Order Clauses for the Sergeant at Arms (SAA) Contracting Officer, detailing the terms and conditions for federal government RFPs, federal grants, and state/local RFPs. Key clauses cover authority, order of precedence for contractual documents, security regulations, acceptance criteria for goods and services, and pricing. It specifies payment and invoicing procedures, emphasizing direct deposit and rejecting late fees or taxes for the tax-exempt SAA. The document strictly prohibits unauthorized advertising and outlines policies on gratuities, conflicts of interest, and termination for cause or convenience. It includes detailed provisions for Senate Data protection, privacy, confidentiality, cybersecurity, data transfer, and restrictions on Artificial Intelligence training using Senate data. The SAA reserves all rights to Senate data and requires its return or destruction upon order conclusion. Personnel security, incident notification protocols, and background check requirements for contractors are also defined. The document explicitly states the non-applicability of certain federal laws to the Senate and rejects contractor-specific terms regarding assignment, change in control, indemnification, and automatic renewals.
    This addendum outlines the U.S. Senate, Office of the Sergeant at Arms' (SAA) specific terms and conditions that supersede any conflicting commercial license agreements. Key areas addressed include the unenforceability of clauses requiring the SAA to pay future fees, penalties, or indemnify contractors, which would violate the Anti-Deficiency Act. The SAA also rejects automatic renewal provisions and clauses granting contractors control over third-party claims or the right to audit SAA systems directly. The document clarifies that federal law and Senate Procurement Regulations govern all disputes, choice of law, and venue, disallowing mandatory arbitration or unilateral termination by contractors. Furthermore, it restricts unilateral modifications by contractors, prohibits advertising that implies SAA endorsement, and mandates strict confidentiality and data protection by contractors upon contract termination.
    The OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement ensures that Original Equipment Manufacturers (OEMs) adhere 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 certification where a certifying officer attests to the OEM's compliance with these federal regulations, underscoring the importance of national security in government procurement processes.
    Request for Quotation 2025-R-071 outlines instructions and requirements for submitting quotes for Cohesity Backup Storage. Offerors must submit a signed PRICING TABLE and any applicable End User License Agreements (EULA) or contract terms, along with a signed ADDENDUM TO COMMERCIAL AGREEMENTS if terms are provided. A key requirement is for the offeror to be a Cohesity authorized reseller, providing an OEM statement of authorization. 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. Submissions are due by January 12, 2026, at 5 p.m. ET via email, with questions due by December 11, 2025, at 5 p.m. ET. Offerors must have an active SAM registration, supply products from authorized US channels only, and provide Firm-Fixed-Prices on a F.O.B. Destination basis. The Sergeant at Arms (SAA) reserves the right to reject incomplete quotations and will make one award based on the Lowest Price Technically Acceptable criteria.
    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 the ADDENDUM TO COMMERCIAL AGREEMENTS. Crucially, offerors must be Cohesity authorized resellers and provide an OEM statement verifying authorization to sell 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 required. All documents must be emailed by December 19, 2025, at 5 p.m. ET. Questions are due by December 11, 2025, at 5 p.m. ET. Submission requirements include active SAM registration, supplying products from authorized US channels only, and providing Firm-Fixed-Prices. 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.