Award Record

    Contract Group:
Record Date: September 3, 2025

Long-Term Defense Readiness Secured: WEXMAC TITUS Option Period Could Raise Total Contract Value to $20 Billion

Acquisition Logistics LLC,* Clint, Texas (N00023-25-D-0004); Amentum Services Inc., Chantilly, Virginia (N00023-25-D-0009); Amstability LLC,* Alexandria, Virginia (N00023-25-D-0011); Anglicotech LLC,* Arlington, Virginia (N00023-25-D-0012); Atlantic Diving Supply Inc., Virginia Beach, Virginia (N00023-25-D-0013); Centerra Group LLC, Herndon, Virginia (N00023-25-D-0016); Culmen International LLC, Alexandria, Virginia (N00023-25-D-0019); Da Defense Logistics HQ,* El Paso, Texas (N00023-25-D-0020); Delta Vector USA LLC,* Texas City, Texas (N00023-25-D-0023); Deployed Resources LLC, Rome, New York (N00023-25-D-0025); GardaWorld Federal Services, LLC, Arlington, Virginia (N00023-25-D-0032); Gemini Tech Services,* Willow Park, Texas (N00023-25-D-0034); Greenlight Group LLC,* Destin, Florida (N00023-25-D-0036); CBRE Government & Defense Services, McLean, Virginia (N00023-25-D-0044); KBR Services, LLC, Houston, Texas (N00023-25-D-0046); KUOG Corp.,* Huntsville, Alabama (N00023-25-D-0047); KVG LLC, Gettysburg, Pennsylvania (N00023-25-D-0048); Lee Eng & Construction Inc.,* Houston, Texas (N00023-25-D-0049); Loyal Source Government Services LLC, Orlando, Florida (N00023-25-D-0052); Lukos LLC, Tampa, Florida (N00023-25-D-0053); Maginot Support Services,* Flower Mound, Texas (N00023-25-D-0054); MLSUSA Corp., East Longmeadow, Massachusetts (N00023-25-D-0058); Noble Supply & Logistics LLC, Boston, Massachusetts (N00023-25-D-0064); Obera LLC,* Herndon, Virginia (N00023-25-D-0065); Pacific Defense Contracting LLC,* Bangor, Maine (N00023-25-D-0068); Palladium International LLC, Washington, D.C. (N00023-25-D-0069); Red Orange North America Inc. ,* Fort Washington, Pennsylvania (N00023-25-D-0073); Relyant Global LLC, Maryville, Tennessee (N00023-25-D-0074); Response AI Solutions LLC,* Great Falls, Virginia (N00023-25-D-0075); RMGS-Berger, a JV LLC, Virginia Beach, Virginia (N00023-25-D-0077); TechTrans International Inc., Houston, Texas (N00023-25-D-0081); Terrestris LLC,* Dumfries, Virginia (N00023-25-D-0082); Trailer Bridge Inc., Jacksonville, Florida (N00023-25-D-0084); US21 Inc., Fairfax, Virginia (N00023-25-D-0085); Vectrus Systems LLC, also known as V2X, Colorado Springs, Colorado (N00023-25-D-0086); Waypoint LLC,* Lead, South Dakota (N00023-25-D-0087); and Weston Trolley Co. LLC,* Dearborn, Missouri (N00023-25-D-0088), contracts are being modified to increase their base period contract ceiling in the amount of $10,000,000,000 to support Worldwide Expeditionary Multiple Award Contract (WEXMAC) Territorial Integrity of the U.S. (TITUS). WEXMAC TITUS 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 base period began in January 2025 and is expected to be completed by December 2029; if all options are exercised, the performance period will be completed by December 2034. The increased contract ceiling modifications will be incorporated into the contractors’ existing base performance period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated contract maximum for each contractor could be $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. Due to the minimum guarantee already being fulfilled, no funding will be obligated for these modifications. 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. 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.