SOLICITATION NOTICE
R -- Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1 Territorial Integrity of the United States (TITUS)
- Notice Date
- 6/9/2025 4:09:48 PM
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- NAVAL SUPPLY SYSTEMS COMMAND MECHANICSBURG PA 17050-0791 USA
- ZIP Code
- 17050-0791
- Solicitation Number
- N0002325R0001
- Response Due
- 6/24/2025 7:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- Thomas Kunish
- E-Mail Address
-
thomas.r.kunish.civ@us.navy.mil
(thomas.r.kunish.civ@us.navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This notice is being published in accordance with Federal Acquisition Regulation (FAR) 5.2 Synopses of Proposed Contract Actions requiring the notification of proposed contract actions. This announcement is not a solicitation or request for quotes or proposals and no contract or purchase order will be awarded from this notice. The subsequent solicitation (Request for Proposal) is expected to be available on June 25, 2025. The Government reserves the right to invoke an exception under FAR 5.202, potentially releasing the solicitation earlier than anticipated without further synopsis. This synopsis and the subsequent solicitation for this requirement is intended only for sources duly authorized to operate and do business in Regions specified in this synopsis in accordance with 252.225-7042, Authorization to Perform. Potential offerors are advised that all inquiries and questions regarding this synopsis and subsequent solicitation shall be submitted only after the solicitation has released; any questions received prior to solicitation's release will not be answered. Naval Supply Systems Command (NAVSUP) intends to solicit for services and supplies provided through performance of this Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0. In accordance with the WEXMAC 2.0 solicitation (N0002324R0001), the Government has determined it is in the best interest of the Government to increase the contract maximums and increase competition to support Territorial Integrity of the United States (TITUS) emerging requirements. WEXMAC 2.0 supports the six phases of the continuum of military operations in support of the Geographic Combatant Command�s (GCC) joint operations, coalition partners, and other United States Federal Agencies in setting and sustaining the theater through the following requirements: theater opening (includes reception, staging, onward-movement, and integration (RSOI) support; sustainment; theater distribution; and stability operations and Defense Support of Civil Authorities (DSCA) support to include but not limited to Temporary Staging Support to Immigration and Custom Enforcement (ICE). The WEXMAC 2.0 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 (HA/DR), Contingency, Exercise, Lodging, Logistics, Water-Based, and Land-Based Support. These supplies and services consist of the following broad categories: Base Operations and Life Support Services; Construction Equipment, Material Handling Equipment, and Crane Services; Lodging, Conference, and Catering Services; Medical Services; Force Protection Services; Communications Services; Logistics and Transportation Services; Other Services; Class I � Food, Rations, and Water Supplies; Class II � Clothing Supplies; Class III � Petroleum, Oils, and Lubricants Supplies; Class IV � Construction Supplies; Class VI � Personal Items Supplies; Class VIII � Medical Supplies; and Other Supplies. WEXMAC 2.0 provides contracted capabilities to plan for and, when directed, rapidly provide the sustainment capabilities necessary to set theaters, enable Joint, Interagency, Intergovernmental, and Multinational operations from phase 0 through phase 5, and support theater operations. WEXMAC 2.0 requires the contractors to provide planning capabilities and deliver actionable plans for rapidly integrating contracted capabilities into plans and operations. The purpose of �setting the theater� and planning is to ensure responsiveness (i.e., 72-hour response to emerging requirements). The geographic scope and regions covered by this contract include ALL locations on and off U.S. Government installations. Geographic Scope and Regions: Region 23- Continental United States of America: CONTINENTAL UNITED STATES OF AMERICA (INCLUDING ALASKA) Region 27- Continental United States of America: CONTINENTAL UNITED STATES OF AMERICA (INCLUDING ALASKA) The total contract maximum value for this requirement is $10,000,000,000.00. See 52.219-7 � Notice of Partial Small Business Set-Aside. Only Small Businesses shall be considered for awards for Regions 23 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of $7,499,999.99 for Region 23 and $2,500,000,000.00 for Region 27; (2) Any order for a combination of items in excess of $7,499,999.99 for Region 23 and $2,500,000,000.00 for Region 27 (insert dollar figure or quantity); or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c42d834aeb124faab4537d4e384a0d5a/view)
- Place of Performance
- Address: Mechanicsburg, PA 17050, USA
- Zip Code: 17050
- Country: USA
- Zip Code: 17050
- Record
- SN07470257-F 20250611/250609230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |