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 Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide global expeditionary support and services within Region 27 (United States of America and Outlying Territories). The contract increases the IDIQ maximum value to $55,000,000,000.00. This opportunity is open to both small businesses and other than small businesses. Proposals are due by January 30, 2026, at 0800 ET.
Scope of Work
The WEXMAC 2.2 TITUS contract will provide a comprehensive range of supplies and services to support military operations, geographic Combatant Commands, coalition partners, and other U.S. federal agencies. This includes, but is not limited to:
- Logistics Support Services (PSC R706)
- Humanitarian assistance/disaster relief, contingency, and exercise support
- Base Operations and Life Support Services
- Construction Equipment, Material Handling Equipment, and Crane Services
- Lodging, Conference, and Catering Services
- Medical Services and Force Protection Services
- Communications Services and Transportation Services
- Various Classes of Supplies (e.g., Food, Clothing, Petroleum, Fortification Materials, Medical, Personal Items)
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) IDIQ at the Task Order level.
- Estimated Value: IDIQ maximum of $55,000,000,000.00. Incumbent contractors will receive a $45,000,000,000.00 modification.
- Period of Performance: A base period from February 2026 to December 2029, with one five-year option extending performance to December 2034.
- Set-Aside: Open to both Small Businesses and Other Than Small Businesses.
- Place of Performance: United States and Outlying Territories (Region 27).
- Published Date: December 31, 2025 (based on latest document posting).
Submission & Evaluation
- Proposals Due: January 30, 2026, 0800 ET.
- Submission Method: Electronically via email to wexmac.titus@us.navy.mil.
- Mandatory Requirement: Offerors must complete a mandatory checklist available at https://forms.osi.apps.mil/r/FtS0EfHkUh.
- Evaluation Factors: Price or cost will not be evaluated as a factor for award. 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. Past performance information, submitted via a specific questionnaire (Attachment 1), is a crucial component.
- Eligibility: Only U.S.-based companies (incorporated, directly controlled within the U.S., and authorized to work within the U.S.) are authorized to perform in Region 27, applicable to both prime and subcontractors.
Required Proposal Components
Offerors must submit a comprehensive proposal including, but not limited to, the following tabs:
- Cover Letter, SF33, SF30(s)
- Pricing Proposal Narrative (explaining fair and reasonable pricing)
- Subcontracting Proposal Narrative (including a small business subcontracting plan for large businesses)
- Responsibility Proposal Narrative (addressing FAR 9.104-1)
- Other Proposal Narrative (asset availability, rapid response, QA, registrations, JV docs, cybersecurity)
- Past Performance Information (using the provided questionnaire)
- Financial Information
- Completed Representations and Certifications (Section K)