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). This is a multiple award, firm-fixed price, indefinite-delivery/indefinite-quantity (MA-IDIQ) contract with a maximum value of $55 billion, potentially increasing to $65 billion with an exercised option. The contract provides comprehensive supplies and services for worldwide expeditionary support, humanitarian assistance, disaster relief, and military operations. The award was made on February 14, 2026.
Scope of Work
WEXMAC TITUS supports the six phases of military operations, coalition partners, and U.S. federal agencies by setting and sustaining the theater. Services and supplies include, but are not limited to:
- Theater Opening Support: Reception, staging, onward-movement, and integration.
- Sustainment & Distribution: Logistics, transportation, and supply chain management.
- Stability Operations & DSCA: Humanitarian assistance/disaster relief, contingency, and exercise support.
- Specific Services: Base Operations and Life Support, Construction Equipment, Material Handling Equipment, Crane Services, Lodging, Conference, Catering, Medical, Force Protection, Communications.
- Supplies: Various classes including Food, Rations, Water (Class I), Clothing (Class II), Petroleum, Oils, Lubricants (Class III), Fortification and Barrier Materials (Class IV), Personal Items (Class VI), and Medical Supplies (Class VIII).
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ). Task orders will be FFP.
- Maximum Value: $55,000,000,000 (base), potentially $65,000,000,000 with a five-year option.
- Period of Performance: Base period from February 2026 to December 2029. If the option is exercised, performance extends to December 2034.
- Place of Performance: United States and outlying territories.
- Set-Aside: This opportunity was open to both small businesses and other than small businesses for Region 27 (United States of America and Outlying Territories). Eligibility required U.S.-based companies, incorporated and directly controlled within the U.S., and authorized to work within the U.S. (for prime and subcontractors).
Evaluation (Historical)
The original solicitation for this award did not evaluate price as a factor. Instead, qualifying offerors were considered based on general standards of responsibility (FAR 9.104-1), compliance with the solicitation, and a pricing assessment to ensure fair and reasonable pricing. Incumbent contractors received a modification, while new entrants received a new contract award.
Key Documents (Historical for Solicitation)
- Past Performance Information and Questionnaire (PPQ): Required offerors to provide detailed past performance and have clients complete questionnaires.
- ELIN Spreadsheet: Provided a comprehensive breakdown of CLINs and ELINs, crucial for understanding the scope and pricing proposals.
- Mandatory Checklist: Guided offerors through the comprehensive documentation required for proposal submission, including narratives for pricing, subcontracting, responsibility, and other technical aspects, as well as financial information and representations/certifications.