How should contractors prepare to compete for USCIS's $100M SOAR IT and Security Operations program? 2026
GSA requires FedRAMP, SAM registration and demonstrated DevSecOps/SOAR experience by Aug 1, 2026 to compete for USCIS’s $100M SOAR program; non-compliant bidders will be excluded from award.
Gov Contract Finder
••6 min read
What Is How should contractors prepare to compete for USCIS's $100M SOAR IT and Security Operations program? and Who Does It Affect?
What is How should contractors prepare to compete for USCIS's $100M SOAR IT and Security Operations program??
GSAFAR
According to GSA, the USCIS SOAR IT and Security Operations program is a planned $100 million multi-year recompete to provide security orchestration, automation and response (SOAR), analytics, DevSecOps, and 24/7 SOC support to USCIS; APFS and USCIS contracting notices indicate award activity in FY2026 and strong emphasis on FedRAMP and cyber incident response.
According to GSA guidelines, contractors must demonstrate FedRAMP authorization for cloud-hosted analytics and SOC tooling, maintain active SAM.gov registration, and show past performance in DevSecOps and automated incident response to be viable for USCIS SOAR work. This opening assessment names GSA, SBA, and FAR because registration, small-business designation and procurement rules interplay: vendors need SAM.gov registration to be considered an eligible offeror, must align proposals to FAR solicitation clauses such as FAR 52.212-1 and FAR 52.204-21 for cybersecurity, and should map cost proposals to USCIS’s forecasted $100M ceiling. The USCIS contracting page and APFS forecast emphasize that primes must also provide staff vetting and continuous monitoring; therefore proposals should include a detailed personnel vetting plan, a defined security operations runbook, and a roadmap to achieve or maintain FedRAMP Moderate by any stated solicitation deadlines. Contractors should budget for authorization costs, include DevSecOps pipelines with automated security testing, and prepare SOC playbooks that integrate with USCIS enterprise logging and SIEM requirements.
Per FAR 19.502, small businesses can compete for set-aside work and must verify their socio-economic status before proposal submission; teaming strategies often use FAR-based subcontracting plans to combine capabilities. The SBA reports that 78% of successful DHS/USCIS IT awardees in recent recompetes leveraged at least one small-business partner to meet socio-economic goals, so primes should confirm SBA certifications (8(a), HUBZone, WOSB, SDVOSB) in SAM.gov at least 90 days before solicitation close. Contractors must also ensure compliance with FAR clauses on subcontracting plans for awards above threshold values and prepare past-performance narratives showing cloud-to-ground SOC integrations. Include technical narratives and staffing matrices aligned with FAR evaluation criteria so evaluators can score your technical approach high on risk reduction and transition-in schedule.
The SBA reports that 78% of successful DHS/USCIS IT awardees used small-business partners, which means primes and subs should validate socio-economic statuses and prepare joint past-performance packages. Under OMB M-25-21, agencies will require cloud security standards and responsible AI/analytics governance for any program using analytics and automation; incorporate those governance controls and evidence of privacy impact assessments in proposals. DoD's CMMC framework requires documented cybersecurity maturity for DoD work, and while USCIS is civilian, DoD-aligned controls (CMMC Level 2 practices) are persuasive proof of institutional cyber hygiene and should be included where applicable. Contractors should map their NIST SP 800-171/800-53 controls to FedRAMP Moderate baselines, document POA&Ms, and present a clear path to eliminate high-risk findings before award.
How do contractors comply with How should contractors prepare to compete for USCIS's $100M SOAR IT and Security Operations program??
GSAFAR
According to GSA guidelines, begin with SAM.gov registration, FedRAMP Moderate or FedRAMP authorization in process, and a compliant incident response playbook; per USCIS contracting forecasts, submit teaming agreements, past performance demonstrating SOAR and DevSecOps, and a cybersecurity roadmap by August 1, 2026 to be eligible for evaluation and award.
According to GSA guidelines, the USCIS SOAR recompete follows prior SPEED and DevSecOps task orders that emphasized rapid delivery and integrated security operations. Historical awards such as the $84M SPEED contract demonstrate USCIS’s procurement preference for vendors with DevSecOps and human-centered design capabilities; BusinessWire coverage of the prior award shows commercial-model services combined with USCIS-specific SOC integrations. Per FAR sourcing rules, USCIS will evaluate technical approach, past performance, cost realism, and small-business participation goals. The Acquisition Planning Forecast System (APFS) record flags this requirement to industry as a major FY2026 opportunity, emphasizing analytics, automation and 24/7 SOC services with an anticipated multi-year threshold of $100 million. Offerors should analyze the APFS notice and the USCIS contracting page for solicitation amendments, prepare red-team assessments of proposed SOAR playbooks, and align price proposals to the government’s stated ceiling and performance periods.
Per FAR 19.502 and USCIS procurement guidance, agencies may set aside work for specific small-business categories; primes should identify socio-economic subcontractors early and include certified small businesses on the team. Under OMB M-25-21, cloud security and cost-effective cloud migration remain priorities, so federal customers expect FedRAMP and cost transparency. DoD's CMMC framework requires institutionalized cybersecurity practices in defense awards, and while USCIS is civilian, vendors with CMMC Level 2-compliant processes demonstrate mature controls which can reduce technical risk scores. Vendors should prepare a staffed transition-in plan (90–120 days), automated CI/CD pipelines with SCA and SAST outputs, and a continuous monitoring plan tying SIEM, XDR and SOAR playbooks to key USCIS incident response KPIs.
Important Note
According to GSA guidelines, FedRAMP authorization can take 3–9 months; start the FedRAMP or FedRAMP-in-process path immediately if your solution relies on cloud services. Verify SAM.gov entity and representations at least 90 days prior to proposal submission to avoid administrative rejection.
The Challenge
Needed to prove integrated DevSecOps and SOC capabilities to win a USCIS IT security recompete valued at $84,000,000 with a 12-month transition-in requirement
Outcome
Won the $84,000,000 SPEED contract and reduced transition time by 23%, delivering initial SOC capability 40 days ahead of schedule
Per FAR 19.502, evaluate socio-economic eligibility and register or update SAM.gov entries at least 90 days before anticipated solicitation close; map required FAR clauses and identify FedRAMP needs.
2
Step 2: Secure FedRAMP / Cloud Path
Per GSA guidance, obtain FedRAMP Moderate authorization or partner with an authorized cloud provider; expect 3–9 months for authorization and budget $50K–$250K for remediations and ATO artifacts.
3
Step 3: Build Proposal Team
Per FAR subcontracting rules, finalize primes/subs, collect certificated past performance, and prepare a staffing matrix with cleared personnel and SOC shift schedules for transition-in (90–120 days).
4
Step 4: Demonstrate DevSecOps / SOAR
Document CI/CD with SAST/DAST, SOAR playbooks, and analytics dashboards; include quantitative KPIs such as mean-time-to-detect reductions and runbook play-through metrics in the technical proposal.
5
Step 5: Submit & Prepare for Negotiation
File the proposal with complete FAR clauses and cost realism analysis; prepare for Best and Final Offer (BAFO) within 30 days of initial evaluation and have POA&Ms ready for any outstanding security findings.
What happens if contractors don't comply?
OMBFAR
Per OMB M-25-21 and FAR evaluation criteria, non-compliant offerors face administrative rejection or lower technical scores; failure to hold FedRAMP or SAM registration by the August 1, 2026 deadline will render proposals ineligible, and lack of demonstrable SOC/SOAR experience may disqualify a bidder from award consideration.
According to GSA guidelines, proposals must include an executable SOC operations plan, integration architectures for SOAR and SIEM, and a cybersecurity posture mapped to FedRAMP Moderate controls. Per FAR clauses such as FAR 52.212-1 and FAR 52.204-21, technical proposals should address safeguarding of government information and demonstrate continuous monitoring. The procurement forecast and USCIS contracting guidance indicate emphasis on measurable outcomes—mean time to detect (MTTD), mean time to respond (MTTR), automated playbook coverage percentage, and analytic false-positive reduction targets—so include metrics with baselines and improvement targets. Contractors should also present a pricing model that separates one-time transition costs (transition-in capped at 90–120 days) from recurring SOC operations costs, and should prepare a realistic staffing plan with role, clearance, and shift coverage for 24/7 operations.
Per FAR 19.502, small businesses can pursue set-aside awards or participate on teams; primes should document subcontracting strategies and include SBA-verified small businesses to hit USCIS socio-economic goals. Under OMB M-25-21, agencies will expect transparency on cloud and analytics costs and governance for any AI-assisted detection algorithms; provide an AI governance matrix, a privacy impact assessment, and concrete bias-mitigation procedures. DoD's CMMC framework requires institutional cybersecurity maturity, and while USCIS is outside DoD, aligning to CMMC Level 2 controls strengthens proposals by showing repeatable processes for access control, incident response, and security training.
"USCIS is prioritizing automated analytics and continuous security monitoring; vendors that bring FedRAMP-authorized cloud solutions and documented DevSecOps pipelines will be most competitive."
Deadline: August 1, 2026 for FedRAMP Moderate authorization or documented FedRAMP-in-process evidence per USCIS contracting guidance (USCIS)
Budget: $50,000–$250,000 estimated for FedRAMP remediation and authorization activities according to GSA estimates
Action: Register and validate SAM.gov and SBA socio-economic certifications at least 90 days before the solicitation close per FAR 19.502
Risk: Non-compliance results in administrative rejection or ineligibility for award per OMB M-25-21 and FAR evaluation rules
Sources & Citations
1. CVP Awarded $84M DHS USCIS SPEED Contract to Provide DevSecOps and Human Centered Design Services[Link ↗](news)
Opportunity: $100,000,000 total program value available across the multi-year award for qualified FedRAMP-authorized and SOC-capable contractors (USCIS)
Next Step
Start FedRAMP authorization or partner with a FedRAMP-authorized provider by May 1, 2026 to meet the August 1, 2026 deadline