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) is soliciting proposals for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS). This is a multiple award, Firm-Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with an estimated maximum value of $55,000,000,000.00 for Region 27 (United States and Outlying Territories). The contract aims to provide comprehensive supplies and services supporting military operations, humanitarian assistance, and contingency efforts. Proposals are due by 0800 ET on January 30, 2026.
Scope of Work
This opportunity covers a broad range of worldwide expeditionary support and services, including but not limited to:
- Base Operations and Life Support Services: Lodging, catering, medical, force protection.
- Logistics and Transportation Services: Theater opening, sustainment, distribution.
- Construction and Equipment: Construction equipment, material handling, crane services.
- Communications Services.
- Supplies: Various classes including food, clothing, petroleum, fortification materials, personal items, and medical supplies.
- Humanitarian Assistance/Disaster Relief, Contingency, and Exercise Support.
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) IDIQ at the Task Order level.
- Estimated Value: $55,000,000,000.00 (IDIQ maximum for CLIN 0001). Incumbent contractors will receive a modification of $45,000,000,000.00 to their existing $10,000,000,000.00 Region 27 maximum.
- Period of Performance: Base period from February 2026 to December 2029, with one five-year option extending performance to December 2034.
- Set-Aside: This opportunity is open to both small businesses and other than small businesses for Region 27.
- Product Service Code: R706 - Logistics Support Services.
- Place of Performance: United States and outlying territories.
Submission Requirements
Proposals must be submitted electronically via email to wexmac.titus@us.navy.mil by 0800 ET on January 30, 2026. Submissions must be in English, primarily in Microsoft Word Document Format (except specific sections), and complete by the deadline. Offerors must complete a mandatory checklist (available at https://forms.osi.apps.mil/r/FtS0EfHkUh) and provide detailed information across several tabs:
- Tab A: Cover Letter, SF33, SF30(s).
- Tab B: Pricing Proposal Narrative, explaining fair and reasonable pricing.
- Tab C: Subcontracting Proposal Narrative (including a small business plan for large businesses).
- Tab D: Responsibility Proposal Narrative addressing FAR 9.104-1.
- Tab E: Other Proposal Narrative covering assets, rapid response, skills, QA, registrations, JV docs, and cybersecurity.
- Tab F: Past Performance Information, utilizing the provided "Past Performance Information and Questionnaire" (N0002326R0001 WEXMAC 2.2 PPQ.docx).
- Tab G: Financial Information.
- Tab H: Completed Representations and Certifications (Section K). Bidders must also utilize the "ELIN Spreadsheet" (N0002326R0001 WEXMAC 2.2 ELIN Spreadsheet.xlsx) to understand specific line item requirements and pricing.
Evaluation Criteria
Price or cost will not be evaluated as a factor for award; only qualifying offerors will be considered. Evaluation will focus on the general standard of responsibility (FAR 9.104-1), compliance with the solicitation, and a pricing assessment to determine fair and reasonable pricing.
Eligibility
Only U.S.-based companies that are incorporated, directly controlled within the United States, and authorized to work within the U.S. are authorized to perform in Region 27. This applies to both prime and subcontractors.