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 established the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS). This Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract vehicle has a maximum value of $55,000,000,000, potentially increasing to $65,000,000,000 if options are exercised. It will provide comprehensive supplies and services for military operations, humanitarian assistance, and disaster relief in the United States and its outlying territories.
Scope of Work
WEXMAC TITUS will support the six phases of military operations, joint operations, coalition partners, and federal agencies. Services and supplies include, but are not limited to:
- Theater Opening: Reception, staging, onward-movement, and integration support.
- Sustainment & Distribution: Logistics, water-based, and land-based support.
- Stability Operations & Defense Support of Civil Authorities.
- Specific Services: Base operations, life support, construction equipment, lodging, medical, force protection, communications, and transportation.
- Supplies: Various classes including food, clothing, petroleum, fortification materials, personal items, and medical supplies.
Contract Details
- Contract Type: Multiple Award, Firm-Fixed-Price (FFP) IDIQ at the task order level.
- Maximum Value: $55,000,000,000 (initial), potentially $65,000,000,000 with options.
- Period of Performance: Base period from February 2026 to December 2029, with one five-year option extending to December 2034.
- Set-Aside: Full and Open Competition (open to both small and other than small businesses).
- Place of Performance: United States and outlying territories.
- Award Date: February 14, 2026.
Eligibility & Evaluation (from the solicitation phase)
During the solicitation phase, offerors were required to demonstrate:
- Responsibility: Compliance with FAR 9.104-1 general responsibility standards.
- Compliance: Adherence to solicitation requirements.
- Pricing: Assessment for fair and reasonable pricing.
- Eligibility: U.S.-based companies, incorporated and controlled within the U.S., authorized to work within the U.S. (applies to prime and subcontractors).
- Key Documents: Required submissions included a Past Performance Information and Questionnaire (Attachment 1), an ELIN Spreadsheet detailing line items, and a mandatory checklist for proposal components.
Additional Information
This award notice signifies the establishment of this critical contract vehicle. Incumbent contractors received modifications, while new entrants were awarded new contracts. The contract is managed by the Naval Supply Systems Command.