Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS)
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 Naval Supply Systems Command (NAVSUP) has awarded the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS), a Multiple Award, Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. This contract has an initial ceiling of $55 billion, with a potential increase to $65 billion if a five-year option is exercised. It is designed to provide comprehensive worldwide expeditionary support and services for military operations, geographic Combatant Command’s joint operations, coalition partners, and other United States federal agencies within the United States and its outlying territories.
Scope of Work
The WEXMAC TITUS contract encompasses a broad range of supplies and services to support the continuum of military operations, including:
- Theater Opening: Reception, staging, onward-movement, and integration support.
- Sustainment & Distribution: Logistics, supply chain management, and theater distribution.
- Stability Operations & Defense Support of Civil Authorities (DSCA).
- Humanitarian Assistance/Disaster Relief (HA/DR).
- Contingency & Exercise Support.
- Specific Services: Lodging, water-based, and land-based support.
- Detailed Requirements (from the preceding solicitation): Base Operations and Life Support, Construction Equipment, Material Handling Equipment, Crane Services, Medical Services, Force Protection, Communications, Logistics and Transportation, and various Class I, II, III, IV, VI, VIII supplies.
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) IDIQ at the Task Order level.
- Initial Value: $55,000,000,000.00 (IDIQ maximum for CLIN 0001).
- Potential Value: Up to $65,000,000,000.00 with a five-year option period.
- Period of Performance: The base period begins February 2026 and is expected to be completed by December 2029. If the option is exercised, the performance period will be completed by December 2034.
- Set-Aside: The preceding solicitation for Region 27 was open to both small businesses and other than small businesses (full and open competition).
- Award Notice Date: February 14, 2026.
- Place of Performance: United States and outlying territories.
Solicitation & Evaluation (leading to award)
The solicitation for this contract closed on January 30, 2026. Evaluation focused on the general standard of responsibility (FAR 9.104-1), compliance with the solicitation, and a pricing assessment to determine fair and reasonable pricing. Price or cost was not evaluated as a factor for award; only qualifying offerors were considered. Eligibility was restricted to U.S.-based companies, incorporated and directly controlled within the United States, and authorized to work within the U.S. (including prime and subcontractors). Required submissions included a Past Performance Information Sheet, an ELIN Spreadsheet for pricing, and a comprehensive proposal checklist covering various narratives (pricing, subcontracting, responsibility, asset availability, rapid response, QA, registrations, JV, cybersecurity), past performance, financial information, and representations/certifications.