Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1 Territorial Integrity of the United States (TITUS)
ID: N0002325R0001Type: 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)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1, specifically focusing on the Territorial Integrity of the United States (TITUS). This contract aims to enhance logistical support services within Region 27, which encompasses the U.S. and its outlying territories, and is open to both current incumbents and new bidders who meet stringent eligibility criteria, including U.S. incorporation and compliance with cybersecurity standards. The services sought are critical for maintaining operational readiness and support for U.S. military logistics, ensuring high standards for future task orders under this contract. Proposals are due by August 8, 2025, at 10:00 AM Eastern Time, and interested parties should direct inquiries to Thomas Kunish at wexmac.titus@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0, which seeks to provide various logistical support services for U.S. military operations. Key services include base operations, medical services, life support, transportation, and supply of essential materials to support military readiness across multiple regions, particularly in the Continental U.S. The contract has an estimated value of up to $20 billion, with provisions for a minimum guarantee of $500 per contract. Proposals must adhere to firm-fixed pricing rules, and contractors are expected to provide comprehensive cost coverage, including all operational and regulatory expenses. The document specifies that selected vendors will contribute to joint military operations and enhance logistical efficiency. It emphasizes the importance of quick integration and adaptability to changing operational needs while ensuring compliance with safety and health regulations. Overall, the purpose of this solicitation is to streamline the acquisition of vital support services to meet the demands of military actions effectively, showcasing a layered approach to ensuring mission readiness and operational excellence.
    The document outlines requirements and proposals for offerors aiming to engage with the federal government through an RFP process. It includes essential sections such as contact information for the offeror and notable eligibility questions regarding U.S. incorporation and small business status under NAICS Code 541614. The proposal must contain a cover letter, pricing narrative, responsibility proposal, and past performance information. Key aspects include detailing pricing methodologies, organizational capabilities, financial stability, and a commitment to integrity and ethics. Additionally, subcontracting plans are necessary, particularly for small business subcontracting under Region 27, while evidence of asset availability and quality assurance procedures are also mandated. The overall objective is to ensure that the offeror demonstrates capability and readiness to meet contract requirements effectively. This structured approach emphasizes transparency, fair pricing, responsible management, and compliance with government standards, ultimately fostering competitive bidding in federal contracts.
    The document outlines various federally reserved service categories specified by the government for potential respondents in RFPs and grants. It includes classifications for "Other Services" which are mainly non-incorporated and require task order-level details, alongside several incorporated services related to detention guard rates, billeting, medical, and catering services. Each service category is delineated with specific unit requirements such as day or month, and they cover different capacities from 1000 persons to 001-099 persons. This structured approach aims to ensure clarity around the services needed while allowing for flexibility in fulfilling specific government contracts. Respondents must adhere to per-task order procedures for fulfilling service requirements, emphasizing the precise and regulated nature of government contracting. This document serves as a comprehensive reference for vendors seeking to understand the scope of potential opportunities in government contracts.
    The document outlines the Past Performance Information and Questionnaire for the N0002324R0001 – Worldwide Expeditionary Multiple Award Contract (WEXMAC). It serves as a structured template for offerors (contractors) to provide detailed information about their previous work. Sections include contractor details, nature of work (prime contractor, subcontractor, etc.), contract specifics, and an assessment of project complexity, financial commitments, and urgency. Additionally, it sets out a questionnaire for client evaluation of contractor performance, using a rating scale from Exceptional (E) to Unsatisfactory (U). The questionnaire covers various performance metrics, including quality of work, adherence to schedules, customer satisfaction, management effectiveness, financial oversight, and safety compliance. Respondents are encouraged to provide direct feedback on the contractor’s overall performance and potential for future collaborations. This documentation is fundamental in government RFP processes, as it assesses the reliability and capability of contractors based on previous work, ensuring the selection of qualified vendors for federal and state contracts.
    The document outlines inquiries related to the WEXMAC 2.1 (TITUS) solicitation (N0002325R0001) for firms interested in joining the awardee pool, specifically focusing on the onboarding requirements for existing WEXMAC 2.0 contractors. It raises questions about eligibility, proposal submission, the inclusion of unrelated clauses from previous contracts, and the implications of foreign ownership in awarded contracts. Key concerns include the need for clarification on specific requirements for pricing, proposal structure, and obligations regarding cybersecurity measures. Further discussions focus on the responsibilities regarding various services and products needed within Region 27, including medical, logistical support, and temporary facilities for ICE (Immigration and Customs Enforcement). The document emphasizes ensuring compliance with U.S. security standards, the necessity for small business participation, and the provision for clarifying the process for subsequent task order proposals. Overall, the inquiries reflect a desire for clarity in the bidding process to ensure fair competition and adherence to government contracting standards, addressing operational details relevant to contractors aiming to contribute to U.S. military logistics and support services while highlighting areas needing further specification in the RFP.
    The document outlines an amendment to a solicitation for the Worldwide Expeditionary Multiple Award Contract (WEXMAC), specifically the WEXMAC 2.1 (TITUS) initiative. It incorporates changes based on questions received regarding the solicitation, detailing modifications across various sections including terms of eligibility, contractor responsibilities, and specific cybersecurity requirements. Key changes emphasize that only U.S.-based companies incorporated and controlled in the U.S. are eligible to perform in Region 27. The amended terms also clarify that both current WEXMAC incumbents and new contractors can submit proposals, enhancing the geographic coverage and increasing contract maximums. Additional modifications include detailed specifications regarding controlled technical information and defense-related data management procedures, necessitating contractors to complete a "Basic Assessment" per DFARS requirements. The proposal process is further elucidated with instructions on submitting offers, mandatory checklists, past performance assessments, financial documentation, and cybersecurity compliance. The necessity to maintain rigorous standards prevents non-responsive submissions and ensures that the contracting process aligns with national security measures. Overall, this amendment serves to refine the solicitation process while reinforcing eligibility criteria and compliance expectations for contractors responding to this government project.
    The document outlines the solicitation for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1, specifically focusing on adding a new geographic region and increasing the contract's maximum. It emphasizes that only U.S.-based companies incorporated and controlled within the United States are eligible to bid for Region 27, which covers the U.S. and its outlying territories. The solicitation allows both current incumbents and new contract offerors to participate, provided they meet specified requirements including compliance with cyber security standards and a basic assessment under DFARS. Proposals must include comprehensive past performance information, financial statements, and a subcontracting plan if applicable. Furthermore, the document addresses various logistical and compliance details essential for fulfilling the contract requirements and highlights that certain provisions may only apply to specific regions. It provides clarity on the bidding process, the expectations for proposal content, and the evaluation criteria for award decisions, underscoring the government’s commitment to maintaining high standards for future task orders under this contract.
    The amendment to solicitation N0002325R0001 for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) incorporates updated guidelines, primarily emphasizing the use of Artificial Intelligence (AI) tools in proposal evaluation while preserving the government’s exclusive authority over final evaluation decisions. It establishes parameters for eligible offerors, explicitly allowing only U.S.-based companies for Region 27. Proposals must adhere to strict submission requirements, including a mandatory checklist to ensure compliance with solicitation conditions, and a comprehensive subcontracting plan for large businesses. Key modifications include a change in contract duration, additional requirements for financial documentation, and assurance of cybersecurity measures per relevant Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. The solicitation restricts proposals to one region and mandates all submissions by electronic means, specifying formats and organization for clarity. This document represents the U.S. government's renewed commitment to transparent and responsible procurement processes while integrating technology to streamline evaluations without compromising confidentiality or decision-making authority. The structured adjustments reflect ongoing adaptations to federal acquisition practices to enhance efficiency and accountability in contract awards.
    The document outlines the solicitation for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1, aimed at expanding the contracting scope to include a new geographic region and increase the overall contract maximum. It emphasizes that only U.S.-based companies, incorporated and controlled within the U.S., are eligible to perform in Region 27: the United States and Outlying Territories. Small and large businesses can respond to the solicitation, fostering competition among existing WEXMAC 2.0 incumbents and new bidders. The solicitation details various requirements for proposals, including submission formats and criteria for evaluations, emphasizing compliance with specific Department of Defense cybersecurity measures. Additional clauses concern the inclusion of controlled technical information and the necessity for basic assessments per DoD cybersecurity standards. Several amendments clarify aspects of the proposal process, and the document ensures fair evaluation standards, integrating queries and responses to common concerns regarding foreign ownership and contractor eligibility. In essence, this solicitation reflects the government’s intent to enhance operational capacity while maintaining a strict regulatory framework for contract compliance and performance standards.
    This document consists of a comprehensive list of ELIN (Estimated Line Item Number) entries primarily dealing with various non-incorporated services and specific rates for services related to detention, billeting, medical, and catering, required at the task order level for federal contracts. Each ELIN is categorized under "OTHER SERVICES (NON-INCORPORATED RESERVED)" and includes numerous entries that specify services necessary for accommodating different populations, with options for daily and monthly rates. The structure is repetitive, indicating a broad scope of similar service needs across multiple instances, all requiring discrete task orders to fulfill the specifications outlined. The purpose of this file reflects the federal government's procurement strategy for ensuring flexibility and detailed service requisites in contracting processes, serving various agency needs while maintaining budgetary and operational efficiency. Consequently, it highlights the government's approach to acquiring essential support services through an organized, itemized framework.
    The document outlines the Past Performance Information and Questionnaire for the N0002324R0001 – Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0. It is structured into two main parts: the Past Performance Information Sheet and the Past Performance Questionnaire. The first part requires the offeror to provide essential contractor details, their role in the project (prime contractor, subcontractor, etc.), contract specifics (including award and completion dates), and a project description highlighting its complexity, financial commitment, urgency, and relevance. The questionnaire, to be completed by the client, consists of adjective-based performance ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across various performance aspects, such as quality, timeliness, customer satisfaction, management, cost management, safety/security, and overall capability. Clients must evaluate contractor performance based on multiple criteria and provide details to support their ratings, impacting future contract considerations. The government reserves the right to verify supplied information. This document serves as a critical tool for ensuring contractor assessments align with federal contracting standards, aiding in the determination of contractor reliability and capability for future projects.
    The document outlines a Request for Proposal (RFP) for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1, aimed at integrating additional contractors into military logistics and operations. The contract will provide extensive services, including Base Operations, Medical Support, Logistics, and various Supplies, with a focus on global military requirements. The maximum contract value is set at $10 billion, emphasizing the need for contractors to deliver Firm-Fixed-Price services across various locations. The RFP specifies that contractors must evaluate and comply with local laws, health standards, and safety regulations, showcasing the military's commitment to quality and operational readiness. The document details various service categories, including construction equipment, communications, catering, and medical services, with an emphasis on adaptability for different regional demands. Overall, the purpose of the RFP is to enhance logistical support for military operations, ensuring flexibility, quality, and responsiveness in fulfilling the needs of the Geographic Combatant Commands and other federal entities, while adhering to stringent operational and regulatory requirements.
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    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 selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 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.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    S&RTS - Ports of Virginia
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Taiwan ? Installation, Training, and Engineering Services (ITES)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Taiwan Installation, Training, and Engineering Services (ITES) contract. This procurement aims to provide comprehensive program management, engineering, technical, integration, installation, testing, and training support services in both the Continental United States (CONUS) and Taiwan, in alignment with U.S. Government international agreements. The contract will include a one-year base period with four optional one-year extensions and is anticipated to involve minor construction activities in Taiwan. Interested parties should direct inquiries to Magdalena Uriostigue at magdalena.uriostigue.civ@us.navy.mil or 619-823-0496, and are advised that the contract award is expected by June 2026. A signed Non-Disclosure Agreement (NDA) will be required for access to the full Request for Proposal (RFP) documents.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    USNS PATUXENT (T-AO 201) FY26 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Mid-Term Availability (MTA) of the USNS Patuxent (T-AO 201) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under the NAICS code 336611. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties should reach out to Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil for further details and to ensure they meet the necessary qualifications for this important defense contract.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.