Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS)
ID: N0002326R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SUPPLY SYSTEMS COMMANDMECHANICSBURG, PA, 17050-0791, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2, specifically focusing on the Territorial Integrity of the United States (TITUS). This Request for Proposal (RFP) aims to onboard additional contractors to the existing WEXMAC vehicle, allowing for a significant increase in contract maximum for Region 27, raising it by $45 billion to a total of $55 billion, and encompassing a wide range of services including logistics, transportation, and base operations. The selected contractors will be required to provide comprehensive management and integration services while adhering to strict safety and environmental regulations, with proposals due by January 30, 2026, and questions accepted until January 7, 2026. Interested parties should contact Thomas Kunish at wexmac.titus@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the required components for an offeror's proposal in response to a government solicitation. It details various tabs and narratives necessary for a complete submission, including company information such as CAGE code, Unique Entity ID, and small business status under NAICS Code 541614. Key sections include a Cover Letter (Tab A) with signed SF33 and SF30(s), a Pricing Proposal Narrative (Tab B) explaining pricing methodology and fair pricing history, and a Subcontracting Proposal Narrative (Tab C) addressing subcontracting plans, especially for Region 27. Additionally, the proposal requires a Responsibility Proposal Narrative (Tab D) demonstrating financial resources, performance record, integrity, necessary organization, and equipment, along with subcontractor responsibility. Tab E covers Other Proposal Narratives, including asset availability, agile response, quality assurance, and, for joint ventures, a Memorandum of Association. Finally, the offeror must submit Past Performance Information (Tab F), Financial Information (Tab G), and Completed Representations and Certifications (Tab H).
    The document outlines various services, primarily
    The “Worldwide Expeditionary Multiple Award Contract (WEXMAC) – Past Performance Information and Questionnaire” is a comprehensive document designed for offerors to provide past performance information and for clients to evaluate contractor performance for federal government RFPs. It consists of two main parts: an “Offeror Information Sheet” where contractors detail their company, contract specifics, and project descriptions, including complexity, financial commitment, urgency, and relevancy; and a “Past Performance Questionnaire” for clients to rate the contractor on various aspects such as quality, schedule, customer satisfaction, management, cost, safety, and security. The questionnaire uses a defined rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions for each. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposal, or directly to NAVSUP FLCY. This document is crucial for source selection, enabling a thorough assessment of an offeror’s past performance.
    The Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.2 Territorial Integrity of the United States (TITUS) solicitation seeks proposals for a significant increase in contract maximum for Region 27: United States of America and Outlying Territories, raising it by $45 billion to a total of $55 billion. This contract, under solicitation number N0002326R0001, is a negotiated RFP for worldwide expeditionary support and services, with a NAICS code of 541614 (Process, Physical Distribution, and Logistics Consulting Services). Both incumbent WEXMAC contractors and new entrants are eligible to submit offers. The scope of work includes a wide array of services and supplies such as Base Operations and Life Support, Construction Equipment, Medical Services, Logistics and Transportation, and various classes of supplies (food, clothing, petroleum, construction materials, personal items, medical supplies). All prices will be Firm-Fixed-Prices established at the Task Order level, inclusive of all associated costs and taxes. The contract emphasizes the role of integrators in optimizing logistics and operational efficiency, requiring contractors to provide management and integration services. A minimum guarantee of $500 is offered to new contractors for attending a post-award conference. The solicitation outlines specific requirements for service delivery, including continuous service for daily rates, adherence to safety and environmental regulations, and detailed reporting procedures. Only U.S.-based companies are authorized to perform in Region 27, and proposals must comply with FAR and DFARS clauses, including NISTSP 800-171 DoD Assessment Requirements for controlled technical information.
    Similar Opportunities
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The procurement is critical for supporting various military facilities and infrastructure, ensuring compliance with federal regulations and standards. Interested contractors must submit both price and non-price proposals by January 28, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    WPAC MR TANKER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the charter of a clean, double-hull tanker capable of transporting a minimum of 240,000 barrels of clean petroleum products, including JP5, JP8, JAA, JA1, or F76. The tanker must be U.S. Coast Guard approved and equipped with an Inert Gas System and Segregated Ballast Tanks, with operations primarily in the Western Pacific/Sea of Japan. This procurement is critical for supporting military logistics and ensuring the safe transport of fuel within designated operational areas. Interested parties must submit their proposals by January 30, 2026, and can direct inquiries to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 15642264538.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract aimed at providing command, control, and logistics support services for USCG missions. The contract will focus on vessel operations and logistics support across various regions, including the Caribbean Basin, Atlantic Area, Pacific Area, and Polar Regions, with a performance period from April 1, 2026, to March 31, 2031, and a cumulative ceiling of $99 million. This procurement is critical for ensuring operational readiness and support for USCG missions, requiring U.S.-built vessels that meet specific technical and operational standards. Interested parties must submit their proposals by January 15, 2026, and can direct inquiries to Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or Sara Andrukonis at sara.k.andrukonis@uscg.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC), aimed at crane replacement and rehabilitation across the USACE Northwestern Division. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity not exceeding $499,320,000, utilizing a two-phase design-build process to evaluate qualifications, technical approaches, and past performance in Phase One, followed by work plans, small business participation, and pricing in Phase Two. The project is critical for maintaining and upgrading crane and lifting device capabilities, ensuring safety and operational efficiency in various states. Interested parties must submit their proposals electronically by January 23, 2026, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research (ONR), is seeking proposals for the Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator, aimed at developing an ultra-large autonomous undersea vehicle capable of conducting extended ocean-scale missions with a large modular payload. The initiative emphasizes rapid design, build, and testing phases, starting with a Preliminary Design (Phase 1A) and a Detailed Design option (Phase 1B), with a focus on innovations in vehicle technology and rapid prototyping. This program is critical for advancing naval capabilities in uncrewed underwater vehicle technology, addressing operational needs effectively. Interested parties should note that white papers are due by October 24, 2025, with full proposals required by January 30, 2026, and an estimated total funding of $30 million for up to two contracts. For inquiries, contact Leila Hemenway at leila.k.hemenway.civ@us.navy.mil or call 703-696-0694.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for the Regional Multiple Award Construction Contracts (RMACC III), which will provide Indefinite Delivery/Indefinite Quantity (IDIQ) construction services across various regions in the United States. The procurement aims to establish up to ten contracts per region for maintenance, repair, and general construction services, with project values ranging from $2 million to $20 million, and a total aggregate capacity of $4 billion. These contracts are crucial for supporting the infrastructure needs of the DHS and its components, ensuring prompt responses to construction requirements nationwide. Interested contractors must submit their proposals by the specified deadlines, which vary by region, with the first due dates set for January 7, 2026, and the final due date for Region 7.5 on March 2, 2026. For further inquiries, contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at John.Wright@uscg.mil.