Award Record

    Contract Group:
Record Date: September 3, 2025

Historic Multi-Award $10B Contract Expands U.S. Expeditionary and Disaster Response Capabilities

Active Deployment Systems, San Marcos, Texas (N00023-25-D-0091); Acuity International LLC, Reston, Virginia (N00023-25-D-0092); Apex Site Services,* Waxahachie, Texas (N00023-25-D-0093); Aspen Medical USA,* Washington, D.C. (N00023-25-D-0094); Aspetto Inc. ,* Fredericksburg, Virginia (N00023-25-D-0095); Asset Protection & Security Services LP, Corpus Christi, Texas (N00023-25-D-0096); ATCO Frontec USA, Houston, Texas (N00023-25-D-0097); Beachview Logistics US Inc., Brunswick, Georgia (N00023-25-D-0098); Big Jet LLC ,* Pittsburgh, Pennsylvania (N00023-25-D-0099); Bluewater Management Group, Chesapeake, Virginia (N00023-25-D-0100); CFK Services,* Milton, Florida (N00023-25-D-0101); Cherokee Nation Government Solutions LLC ,* Tulsa, Oklahoma (N00023-25-D-0102); Continuity Global Solutions, Port St. Joe, Florida (N00023-25-D-0103); CoreCivic Inc., Brentwood, Tennessee (N00023-25-D-0104); Cotton Commercial USA Inc., Katy, Texas (N00023-25-D-0105); Crisis Response Co. LLC, Southlake, Texas (N00023-25-D-0106); Critical Contingency Solutions LLC,* Wimberley, Texas (N00023-25-D-0107); Disaster Management Group LLC, Jupiter, Florida (N00023-25-D-0108); DKW Communications Inc.,* Washington, D.C. (N00023-25-D-0109); Dynamik Inc.,* San Diego, California (N00023-25-D-0110); Ecology Mir Group LLC,* Fairfax, Virginia (N00023-25-D-0111); EDS Holdco LLC, Lexington, Kentucky (N00023-25-D-0112); EEC-Lukos JV LLC,* Haines City, Florida (N00023-25-D-0113); EFS Ebrex Inc.,* Vienna, Virginia (N00023-25-D-0114); EGA Associates LLC,* Jeannette, Pennsylvania (N00023-25-D-0115); Environmental Chemical Corp., Burlingame, California (N00023-25-D-0116); Environmental Earth-Wise Inc.,* Baytown, Texas (N00023-25-D-0117); GenStrong LLC, Wilmington, North Carolina (N00023-25-D-0118); Gothams LLC, Austin, Texas (N00023-25-D-0119); Hikina 2 Komohana Consulting Inc. ,* Boulder, Colorado (N00023-25-D-0120); Industrial Tent Systems LLC, Houston, Texas (N00023-25-D-0121); InnoVis JV LLC,* Washington, D.C. (N00023-25-D-0122); Kastel Enterprises MK LLC,* Mobile, Alabama (N00023-25-D-0123); KPB Services LLC,* Holton, Kansas (N00023-25-D-0124); KTC Solutions LLC, Houston, Texas (N00023-25-D-0125); LEMOINE Disaster Recovery LLC, Lafayette, Louisiana (N00023-25-D-0126); MCS Government Services LLC, Lewisville, Texas (N00023-25-D-0127); Monmouth Solutions Inc.,* Lowell, Massachusetts (N00023-25-D-0128); Octagon Industries, Inc.,* San Antonio, Texas (N00023-25-D-0129); Parker Tide LLC,* Washington, D.C. (N00023-25-D-0130); Parsons Government Services Inc., Centreville, Virginia (N00023-25-D-0131); Pegasus Support Services LLC, Woodstock, Georgia (N00023-25-D-0132); Rapid Deployment Inc., Mobile, Alabama (N00023-25-D-0133); Recana Solutions LLC, Houston, Texas (N00023-25-D-0134); Responsive Deployment, LLC,* Mckinney, Texas (N00023-25-D-0135); Rockwell American Services Ltd.,* Terrebonne, Oregon (N00023-25-D-0136); Safety & Security International, Greensboro, North Carolina (N00023-25-D-0137); SAKOM Services WI LLC,* Shawano, Wisconsin (N00023-25-D-0138); SK2 LLC,* San Juan, Puerto Rico (N00023-25-D-0139); SLSCO Ltd., Galveston, Texas (N00023-25-D-0140); SOC LLC, Chantilly, Virginia (N00023-25-D-0141); SOS International LLC, Reston, Virginia (N00023-25-D-0142); Target Logistics Management LLC, The Woodlands, Texas (N00023-25-D-0143); Taylors International Services Inc., Lafayette, Louisiana (N00023-25-D-0144); Team Housing Solutions, New Braunfels, Texas (N00023-25-D-0145); Trigent Solutions Inc.,* Chantilly, Virginia (N00023-25-D-0146); Universal Protection Service LP, Conshohocken, Pennsylvania (N00023-25-D-0147); USA Up Star LLC, Greenwood, Indiana (N00023-25-D-0148); and Vision Quest Solutions Inc.,* Hot Springs, South Dakota (N00023-25-D-0149), are being awarded a $10,000,000,000 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity, Worldwide Expeditionary Multiple Award Contract (WEXMAC), Territorial Integrity of the U.S. (TITUS) contract, that will provide supplies and services in support of, but not limited to, supporting the six phases of the continuum of military operations in support of the geographic Combatant Command’s joint operations, coalition partners, and other U.S. federal agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities support. The WEXMAC TITUS description of contractual scope provides that services and supplies provided through the performance of this contract include, but are not limited to, humanitarian assistance/disaster relief, contingency, exercise, lodging, logistics, water-based, and land-based support. The contracts will run concurrently and will include a base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The base period will begin October 2025 and is expected to be completed by December 2029; if the option is exercised, the performance period will be completed by December 2034. Fiscal 2026 operations and funds in the amount of $29,500 will be obligated ($500 on each of the 59 contracts to fund the contracts’ minimum amounts) and funds will not expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the customers for each area of responsibility. If the option period is exercised, the total estimated contract maximum for each contractor could be up to $20,000,000,000. Work will be performed in the U.S. and outlying territories outlined in the original contract. Due to the fact that the specific requirements cannot be predicted at this time, more specific information about the percentage and where the work will be performed cannot be currently provided. The requirement was competitively procured as full and open competition with 109 offers received; 59 new offerors, and 37 incumbent offerors, were found compliant and responsible and will receive modifications to their existing contracts. Naval Supply Systems Command, Mechanicsburg, Pennsylvania, is the contracting activity.

Save & track this award

Get this record as PDF + alerts for modifications or related opportunities

This field is for validation purposes and should be left unchanged.