Department of Homeland Security (DHS), Department-Wide Cloud (Cumulus)

SOL #: FY26-0030Justification

Overview

Buyer

Homeland Security
Office Of Procurement Operations
INFO TECH ACQ CENTER
WASHINGTON, DC, 20528, United States

Place of Performance

Washington, DC

NAICS

Computing Infrastructure Providers (518210)

PSC

Platform Delivered As A Service For Databases And Middleware. A Distributed Platform, Application And System Integration Resources Enabling Cross Application Development, Communications And Information Sharing. (DH10)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 21, 2026

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 Justification and Approval for Other Than Full and Open Competition for its Department-Wide Cloud (Cumulus) initiative. This notice supports the anticipated non-competitively awarded Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicles for commercial cloud solutions. The Cumulus program aims to establish multiple, single-award IDIQ vehicles to procure enterprise-wide Cloud Service Provider (CSP) services, including Anything as a Service (XaaS), professional services, marketplace solutions, and training. This approach is justified by unique requirements met only by specific brand-name CSPs, with a competitive multiple-award IDIQ solicitation planned for later.

Scope of Work

The Cumulus program encompasses commercially available XaaS, covering Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), Function as a Service (FaaS), Database as a Service (DBaaS), and Container as a Service (CaaS). It also includes professional services, marketplace solutions, and training services. Key requirements include:

  • Access: Services must be accessible via web GUI, APIs, CLI, or SDK for rapid provisioning and de-provisioning.
  • Compliance: Services must meet FedRAMP Marketplace approved environment standards at "High, Moderate, and Low" ratings within the continental United States.
  • Specific CSP Services: The justification details critical services required from AWS, Microsoft Azure, Google Cloud, and Oracle Cloud Infrastructure (OCI) that are not met by other providers.

Contract Details

  • Contract Type: Multiple, single-award IDIQ vehicles for initial awards, followed by a competitive multiple-award IDIQ solicitation.
  • Period of Performance: Individual IDIQ vehicles are anticipated to have a Base period plus four option years.
  • Estimated Value: The total estimated ceiling amount for all single-award IDIQ vehicles is substantial, with detailed cost estimates in the Cumulus IGCE.

Submission & Evaluation

  • Strategy: The strategy involves initial awards to brand-name CSPs on a rolling schedule, justified by "other than full and open competition" based on unique requirements. This will be followed by a competitive multiple-award IDIQ solicitation.
  • Evaluation: The justification cites 41 U.S.C. 3304(a)(1) and RFO FAR Subpart 6.103-1 for the non-competitive approach for initial awards.

Eligibility / Set-Aside

This procurement is based on an "other than full and open competition" approach for initial awards, citing brand-name descriptions and specific statutory authority.

Key Deadlines

  • Justification Posting: FY26-Q2 (posted April 21, 2026).
  • Estimated Single-Award IDIQ Awards: FY26-Q2 to FY26-Q4.

Additional Notes

The justification highlights significant anticipated cost savings (estimated at $142M in the first year) and operational efficiencies. Migration risks and existing skillset gaps are cited as reasons for avoiding a full and open competition approach for these initial awards. Market research for this effort has been ongoing for nearly three years. The point of contact is Gregory Blaszko (gregory.blaszko@hq.dhs.gov).

People

Points of Contact

Gregory BlaszkoPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Apr 21, 2026
Department of Homeland Security (DHS), Department-Wide Cloud (Cumulus) | GovScope