Department of Homeland Security (DHS), Department-Wide Cloud (Cumulus)
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) has issued a Special Notice providing a Draft Solicitation Package for its Department-Wide Cloud (Cumulus) program. This notice serves as a Request for Information (RFI) to gather industry feedback on the draft, which outlines requirements for commercial cloud solutions (Anything as a Service - XaaS). This is not a request for proposals, and a formal solicitation may or may not be issued. An Industry Day is anticipated for early February 2026.
Purpose & Scope
DHS requires commercial cloud solutions, including Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), professional services, marketplace solutions, and training. The Cumulus program aims to establish an integrated, interoperable, and secure multi-cloud ecosystem, enhancing efficiency, oversight, and achieving economies of scale across the Department. The scope supports modernizing DHS systems through cloud-based solutions, emphasizing microservices, API-driven frameworks, and standardized environments.
Anticipated Contract Details (from Draft Solicitation)
- Contract Type: Anticipated single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.
- Duration: A five-year ordering period, comprising a 12-month base and four 12-month option periods.
- Value: Significantly greater than the Simplified Acquisition Threshold (SAT).
- Set-Aside: Not anticipated to be a total or partial small business set-aside.
- NAICS Code: 518210 (Data Processing, Hosting, and Related Services).
- Product Service Codes (PSCs): DA10, DB10, DG10, DK10, DH10.
- Key Requirements: Solutions must satisfy FedRAMP impact levels, ensure full ownership of root accounts, provide unrestricted access to raw usage/spend data, offer direct technical support, and comply with IT security terms. Minimum availability level of 99.9% is required.
- Non-Competitive Awards: Anticipated for brand name Cloud Service Providers (CSPs) Amazon, Google, Microsoft, and Oracle for certain requirements.
Submission & Evaluation (for future solicitation, based on draft)
The draft outlines a best-value source selection approach, considering Technical Capability and Relevant Past Performance as more important than Price. Offerors would need to submit a signed cover letter, a technical proposal (Volume I), and a price proposal (Volume II). Pricing would involve proposing catalog discounts for five CLINs (XaaS Cloud Services, Marketplace Services, Enterprise Support, Enterprise Training, and Professional Services) based on estimated service build-up. Contractors would also complete a Past Performance Form, and references would complete a Past Performance Questionnaire.
Key Dates & Contact
- Draft Solicitation Feedback Due: February 6, 2026, via email to the Contracting Officer.
- Industry Day: Anticipated for early February 2026; details to be posted on SAM.gov.
- Anticipated Awards: FY26, Q2 – Q4.
- Contact: Gregory Blaszko, Contracting Officer, gregory.blaszko@hq.dhs.gov, 202-875-2607.