Cybersecurity Operations Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), specifically the CISA Contracting Activity, has issued a Justification for Exception to Fair Opportunity (JEFO) for Cybersecurity Operations Support Services (COSS). This JEFO facilitates the award of a hybrid firm-fixed-price and labor-hour task order to Leidos, Inc. under the DHS Strategic Sourcing Vehicle (SSV), GSA Alliant 2 GWAC. The purpose is to ensure continuity of critical cybersecurity operations, as Leidos is the incumbent and currently the only known contractor capable of providing these specialized services without a lapse.
Scope of Work
The required services include the continuation of COSS, which are critical for maintaining CISA Information Security. Key deliverables encompass:
- Network monitoring and security event analysis
- Email security monitoring and analysis
- Computer security incident response and management
- Vulnerability assessment
- Security engineering
- Cyber intelligence support
- Intrusion analysis
- Continuity of operations for Security Operations Center (SOC) services
Contract & Timeline
- Contract Type: Hybrid Firm-Fixed-Price and Labor-Hour Task Order
- Awardee: Leidos, Inc.
- Vehicle: DHS Strategic Sourcing Vehicle (SSV), GSA Alliant 2 GWAC
- Period of Performance: March 1, 2026, through January 26, 2027
- Published Date: March 2, 2026
Eligibility / Set-Aside
- Set-Aside: None specified. The justification states there are currently no known small or other than small businesses capable of supporting the specific tasks within the term of this requirement.
Evaluation
This is a justification for an exception to fair opportunity, not a solicitation for proposals. The contracting officer anticipates a fair and reasonable price based on GSA Alliant 2 GWAC rates, historical pricing, and an Independent Government Cost Estimate (IGCE).
Additional Notes
Leidos is the incumbent contractor. This exception is necessary to prevent a lapse in service and ensure continuity of critical cybersecurity operations. CISA is in the process of awarding a new NOSC enterprise security SSV, after which a competitive follow-on solicitation will be issued. The proposed task order is structured for a timely, cost-effective transition once the new DHS enterprise vehicle is available.