Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2026 SAM #8882
SOLICITATION NOTICE

99 -- Notice of Intent to Sole Source Maintenance, Repair & Operations

Notice Date
3/20/2026 3:28:20 AM
 
Notice Type
Presolicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
DLA EUROPE & AFRICA TROOP SUPPORT APO AE 09227 USA
 
ZIP Code
09227
 
Solicitation Number
SPE5B126XMRO1
 
Response Due
4/1/2026 3:00:00 AM
 
Archive Date
04/16/2026
 
Point of Contact
Kory Stiles, Phone: +49 631-7106-9615, Megan Busa
 
E-Mail Address
kory.stiles@dla.mil, megan.busa@dla.mil
(kory.stiles@dla.mil, megan.busa@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Notice of Intent to Sole Source This notice shall not be construed as a solicitation announcement, Invitation For Bids (IFB), Request For Proposals (RFP), or Request For Quote (RFQ). The United States Government is under no obligation to award a contract as a result of this notice. Product or Service Code (PSC): 9999 NAICS Code: 423610 Requirement Description This is a notice of intent to award a sole-source contract to: Europe Zone 1 under Contract SPE5B121D0002 Noble Sales Co., Inc. DBA Noble Supply and Logistics (1HEN9) 302 Weymouth St. Rockland, MA 02370 Europe Zone 2 under Contract SPE5B121D0003 Supply Core, Inc. (4V314) 303 N. Main St. STE 800 Rockford, IL 61101 Africa Zone under Contract SPE5B121D0004 TWI USA, LLC (7Y1F0) 11921 Freedom Dr. STE 550 Reston, VA 20190 The proposed contract ordering period extension is for providing maintenance, repair, and operations (MRO) supplies to the European Command (EUCOM) or African Command (AFRICOM) Areas of Responsibility (AORs). MRO products include all commercial items associated with the maintenance, repair, and operation of a facility. This scope includes but is not limited to: Heating, Ventilation, and Air Conditioning (HVAC) supplies; plumbing supplies (e.g. bath and shower fixtures, and ablution units); electrical products (e.g. generators, wire, connectors, sockets, outlets, lights, etc.); tools; chemical, lubricating, and rubber products; construction supplies (e.g. cement, lumber, plywood, bricks, blocks, steel, aluminum, and other metal products); conduits; prefabricated structures (e.g. re-locatable buildings, and prefabricated buildings complete with furnishings, appliances, etc.); appliances; utility vehicles; perimeter security items such as: barriers, barbed wire, concertina wire, and sand bags (also used for erosion prevention); communication devices (e.g. walkie-talkies and two-way radios used by the maintenance personnel); and various other commercial supplies required by the war-fighters to accomplish their mission. MRO support also includes related incidental services. Incidental services are standard commercial services performed in connection with supplying items under the scope of the contract (an example of an incidental service may be requiring installation of an HVAC system purchased under the contract). The Government intends to solicit and negotiate with only one source for each of the above identified contracts under the authority of 10 U.S.C 3204(a)(1) as implemented by Class Deviation 2026-O0017 Revision 1 � Revolutionary Federal Acquisition Regulation (FAR) Overhaul, Part 6.103-1, only one responsible source and no other supplies or services will satisfy agency requirements. This is not a request for competitive proposals. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Background: The Maintenance, Repair, and Operations (MRO) contracts are five-year Indefinite Delivery Indefinite Quantity (IDIQ) contracts procuring commercial supplies and related incidental services to support the needs of the warfighter located in Europe Zone 1- North of the Alps), Europe Zone 2- South of the Alps/Mediterranean Countries, and Africa. The reason for the Government�s intent to sole source is to extend the ordering period of the IDIQs by six months to ensure support for the warfighter and coverage for Europe Zone 1, Europe Zone 2, and Africa until the new, 3rd Generation MRO contract is awarded. A solicitation for the 3rd Generation MRO contract was issued on 23 July 2025 and closed on 26 September 2026 under solicitation number SPE5B125R0002. Ordering Period Extension Start: 20 May 2026 Ordering Period Extension End: 19 November 2026 Instructions for Interested Parties This notice of intent is not a request for competitive proposals or quotations. Interested parties who believe they have the capability to meet the requirements are invited to submit a capability statement. This statement should include: Organization Information: Name, address, CAGE code, and point of contact information. Capability Statement: A tailored statement describing the firm's ability to meet the stated requirements, with supporting documentation. Company literature or marketing materials are acceptable. Responses must be submitted via email to the Contact information below no later than the response time identified on this notice. All responses received by the closing date may be considered by the Government. A determination by the Government not to compete this proposed action is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. The Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party�s expense.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/81a600e44d094eff939e229b9457fc63/view)
 
Place of Performance
Address: Kaiserslautern, DE-RP, DEU
Country: DEU
 
Record
SN07752525-F 20260322/260320230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.