Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SPECIAL NOTICE

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

Notice Date
1/27/2026 11:05:33 AM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
OFFICE OF PROCUREMENT OPERATIONS
 
ZIP Code
00000
 
Response Due
2/6/2026 1:00:00 PM
 
Archive Date
02/27/2026
 
Point of Contact
Gregory Blaszko, Phone: 202-875-2607
 
E-Mail Address
gregory.blaszko@hq.dhs.gov
(gregory.blaszko@hq.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0c6af7d89e5a4959a84e88f106a55178/view)
 
Place of Performance
Address: DHS, DC, USA
Country: USA
 
Record
SN07697601-F 20260129/260127230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.