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 for its Department-Wide Cloud (Cumulus) initiative. This notice provides a Draft Solicitation for industry feedback and announces a Virtual Industry Engagement Event. DHS seeks commercial cloud solutions (XaaS) including Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), professional services, marketplace solutions, and training. The anticipated contract will be a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a 5-year ordering period. This opportunity is not anticipated to be a small business set-aside.
Purpose & Scope
DHS requires commercial cloud solutions to transform mission operations, enable rapid application development, enhance functionality and security, and expand its portfolio of cloud computing services department-wide. The Cumulus effort aims to achieve increased efficiency, oversight, and economies of scale. The scope includes "Anything as a Service" (XaaS) covering IaaS, PaaS, SaaS, Functions as a Service (FaaS), Database as a Service (DBaaS), and Container as a Service (CaaS), along with professional services, marketplace solutions, and training. Solutions must satisfy FedRAMP impact levels. This effort specifically excludes non-Cloud Service Provider (CSP), third-party resellers, Managed Service Providers (MSPs), or contractor Lead System Integrators (LSIs).
Contract Details
- Contract Type (Anticipated): Single award IDIQ contract with Firm Fixed Price (FFP)/Fixed Unit Price task orders.
- Period of Performance (Anticipated): Five-year ordering period (one 12-month base period and four 12-month optional periods).
- 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.
- Place of Performance: Primarily at CSP facilities, with limited Government facility access.
- Noncompetitive Awards: Anticipated direct awards with Amazon, Google, Microsoft, and Oracle for certain requirements.
Submission & Feedback
- Draft Solicitation Feedback: Industry is requested to provide feedback on the attached Draft Solicitation via email to the Contracting Officer, Gregory Blaszko (gregory.blaszko@hq.dhs.gov). The email subject line should be "DHS, Cumulus – DRAFT Solicitation Feedback". This is a Request for Information (RFI) for market research purposes only and is not a request for quotations or proposals.
- Industry Engagement Event: A virtual event will be held on Wednesday, February 4, 2026, from 1:00 p.m. – 1:45 p.m. ET via MS Teams Live. The event will provide further information on Cumulus strategy, scope, and timeline.
- Industry Day Registration Deadline: Registration for the Industry Engagement Event closes on Monday, February 2, 2026, at 4:00 p.m. ET. Registration is required via the provided link:
https://forms.office.com/g/kecnv5umgB.
Evaluation (Anticipated)
For the competitive portion, evaluation will be based on a best-value source selection approach. Technical Capability and Relevant Past Performance will be combined and considered more important than Price. The government intends to award without discussions but reserves the right to hold them.
Contact Information
Contracting Officer: Gregory Blaszko, gregory.blaszko@hq.dhs.gov, 202-875-2607.