Department of Homeland Security (DHS), Department-Wide Cloud (Cumulus)
Special Notice from OFFICE OF PROCUREMENT OPERATIONS • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Feb 06, 2026. Industry: NAICS 518210 • PSC DH10.
Market snapshot
Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 518210
Description
DHS, Department-Wide Cloud (Cumulus)
1. Introduction
The United States (U.S.) Department of Homeland Security (DHS) requires commercial cloud solutions for Department-wide use. It is anticipated that commercial cloud solutions shall be directly provided for by Cloud Service Providers (CSPs) through non-competitively and competitively awarded Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicles.
Included within the scope of this effort titled Cumulus, are commercially available Anything as a Service (XaaS) covering Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), professional services, marketplace solutions, and training services.
Cumulus requirements will not just offer increased efficiency and effectiveness in CSP solution procurement but is also anticipated to deliver strategic level value to the Department. This includes increased oversight and understanding of CSP solutions being procured across the Department and how they may be collaboratively leveraged from both a mission delivery and spend perspective. Strategic level value will be recognized, for example, through economies of scale resulting in significant discounts and through increased cloud procurement and delivery consistency Department-wide.
2. Special Notice Content
This special notice, publicly posted to SAM.gov shall provide the following information in support of the aforementioned Cumulus effort.
3. Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) (RFO FAR 5) Publicizing Contract Actions – Intent to Sole Source Notification
In accordance with RFO FAR 5.101 Presolicitation Notice
(1) Gregory Blaszko
Contracting Officer
Office of Procurement Operations
Office of the Chief Procurement Officer
U.S. Department of Homeland Security
202-875-2607
gregory.blaszko@hq.dhs.gov
(2) It is not anticipated that any of the proposed contract actions supporting Cumulus will be a total or partial small business set-aside (see part 19) or a local area set-aside (see part 26).
(3) It is anticipated that in support of Cumulus, the Product Service Code (PSC) and North American Industry Classification System (NAICS) code will be as follows:
NAICS Code 518210, data processing, hosting, and related services.
PSCs are as follows:
DA10 - Business Application/Application Development Software as a Service
DB10 - Compute as a Service: Mainframe/Servers
DG10 - Network as a Service
DK10 - Storage as a Service
DH10 - Platform as a Service: Database, Mainframe, Middleware
(4) Description.
(i) For additional information regarding clear and concise description of supplies or services included within scope of Cumulus, a DRAFT Solicitation shall be provided in late January 2026.
(ii)It is anticipated that Cumulus will be significantly greater in value than the currently established simplified acquisition threshold (SAT). A DRAFT Solicitation shall be provided in late January 2026, providing a description of the anticipated award procedures. It is estimated that all anticipated awards under Cumulus may occur in FY26, Q2 – Q4.
(iii)It is not anticipated that any solutions provided for under Cumulus will be subject to the World Trade Organization Government Procurement Agreement (WTO GPA) and/or a Free Trade Agreement (FTA) (see Part 25). Where in the event a solution provided for under Cumulus is considered subject to WTO GPA and/or FTA, the solicitation and resulting award will include the applicable RFO FAR 52.225 clauses, or an agency equivalent.
(iv)It is not anticipated that technical data will be required to respond to a Cumulus solicitation.
(v)It is not anticipated that an award of a construction contract to a small business will occur under Cumulus.
(vi)All responsible sources may submit a quotation, bid, or proposal, as appropriate and in accordance with the competitive portion of Cumulus, which will be considered by the agency.
(vii)In support of the noncompetitive portion of Cumulus, it is anticipated that awards shall be directly made with brand name Cloud Service Providers (CSPs) Amazon, Google, Microsoft, and Oracle. Noncompetitive requirements and resulting awards shall be fully justified within a RFO FAR 6 justification to be appropriately published in accordance with RFO FAR 6 procedures.
(viii) It is anticipated that in successfully supporting Cumulus, industry solutions will be required to satisfy FedRAMP impact levels. Further information on FedRAMP impact level requirements under Cumulus shall be available via the DRAFT Solicitation provided in late January 2026. FedRAMP information and/or procedures can be found at FedRAMP Marketplace.
4. RFO FAR 12 – Market Research, DRAFT Solicitation Release
Provided for industry review and comment will be a DRAFT copy of the Cumulus solicitation. The Draft Solicitation shall be provided in late January 2026 via SAM.gov posting.
5. RFO FAR 12 – Market Research, Anticipated Industry Day Notification
In direct support of Cumulus, an industry day event is anticipated for early February 2026. The intent of this event is to provide further information on Cumulus strategy, scope, and timeline. Event details, to include date and time of event and registration instructions shall be included in a SAM.gov public posting.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.