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, with the maximum value for Region 27 (United States and Outlying Territories) increasing to $55,000,000,000. This opportunity is open to both Small Businesses and Other Than Small Businesses. Proposals are due January 30, 2026, by 0800 ET.
Purpose & Scope
This contract aims to provide supplies and services supporting the continuum of military operations, including humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. Specific requirements, detailed in the Performance Work Statement (PWS) and ELIN spreadsheet, include:
- 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, Logistics, and Transportation Services
- Various Class Supplies (Food, Clothing, Petroleum, Fortification, Personal Items, Medical)
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) IDIQ at the Task Order level.
- Estimated Value: The IDIQ maximum value for CLIN 0001 (Region 27) is $55,000,000,000. If the option period is exercised, the total estimated contract maximum for each contractor could be $65,000,000,000.
- 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).
Eligibility & Submission Requirements
- Eligibility: Only U.S.-based companies, incorporated and directly controlled within the United States, are authorized to perform in Region 27 (applies to prime and subcontractors).
- Proposal Due: January 30, 2026, by 0800 ET.
- Submission Method: Electronically via email to wexmac.titus@us.navy.mil.
- Mandatory Checklist: Offerors must complete a mandatory checklist available at https://forms.osi.apps.mil/r/FtS0EfHkUh.
- Proposal Structure: Proposals must follow a tabbed structure, including:
- Cover Letter, SF33, SF30(s)
- Pricing Proposal Narrative (explaining fair and reasonable pricing)
- Subcontracting Proposal Narrative (including a comprehensive small business subcontracting plan for large businesses)
- Responsibility Proposal Narrative (addressing FAR 9.104-1)
- Other Narrative (asset availability, rapid response, organizational/management/technical skills, quality assurance, cybersecurity conformity)
- Past Performance Information (Offerors complete Part 1, clients complete Part 2 of the questionnaire)
- Financial Information
- Completed Representations and Certifications (Section K)
Evaluation Criteria
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.
Contact: Thomas Kunish at wexmac.titus@us.navy.mil.