N0002325D0120
Indefinite Delivery Contract
Overview
Government Description
Wexmac titus. Services include but not limited to Humanitarian Assistance/Disaster Relief (HA/DR), contingency, exercise, lodging, logistics, water-based, dsca, temporary staging and land-based support.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$65,000,000,500 (0% Used)
Related Opportunity
Analysis Notes
Amendment Since initial award the Vehicle Ceiling has increased 225% from $20,000,000,500 to $65,000,000,500.
Hikina 2 Komohana Consulting was awarded
Indefinite Delivery Contract N0002325D0120 (N00023-25-D-0120)
by
Naval Supply Systems Command
in September 2025.
The IDC
has a duration of 4 years 2 months and
was awarded
through solicitation Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.1 Territorial Integrity of the United States (TITUS)
full & open
with
NAICS 541614 and
PSC R706
via direct negotiation acquisition procedures with 109 bids received.
The total ceiling is $65,000,000,500, of which 0% has been used.
The vehicle was awarded through Worldwide Expeditionary Multiple Award Contract (WEXMAC 2.1).
DOD Announcements
Sep 2025:
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
Status
(Open)
Modified 1/16/26
Period of Performance
9/30/25
Start Date
12/31/29
Ordering Period End Date
Task Order Obligations
$0
Total Obligated
$0
Current Award
$0
Potential Award
Award Hierarchy
Indefinite Delivery Contract
N0002325D0120
Contracts
Subcontracts
Opportunity Lifecycle
Procurement history for N0002325D0120
Transaction History
Modifications to N0002325D0120
People
Suggested agency contacts for N0002325D0120
Competition
Number of Bidders
109
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
FUVDL9N9K9D7
Awardee CAGE
7PHT7
Agency Detail
Awarding Office
N00023 NAVAL SUPPLY SYSTEMS COMMAND
Funding Office
N00023 NAVAL SUPPLY SYSTEMS COMMAND
Created By
thomas.r.kunish.civ.n00023@us.navy.mil
Last Modified By
thomas.r.kunish.civ.n00023@us.navy.mil
Approved By
thomas.r.kunish.civ.n00023@us.navy.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
CO-02
Senators
Michael Bennet
John Hickenlooper
John Hickenlooper
Representative
Joe Neguse
Last Modified: 1/16/26