Skip to content
Department of Defense

Notice of Intent to Sole Source Maintenance, Repair & Operations

Solicitation: SPE5B126XMRO1
Notice ID: 3568df5a02c749a3b2373cecfaac56eb
TypePresolicitationNAICS 423610PSC9999Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedMar 17, 2026, 12:00 AM UTCDueMay 01, 2026, 10:00 AM UTCCloses in 45 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: Kaiserslautern, Rhineland-Palatinate • Germany. Response deadline: May 01, 2026. Industry: NAICS 423610 • PSC 9999.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE5B126XMRO1. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 423610 (last 12 months), benchmarked to sector 42.

12-month awarded value
$32,812
Sector total $88,118,435 • Share 0.0%
Live
Median
$32,812
P10–P90
$32,812$32,812
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($32,812)
Deal sizing
$32,812 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Kaiserslautern, Rhineland-Palatinate • Germany
Contracting office
Apo, AE • 09227 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Kory Stiles
Email
kory.stiles@dla.mil
Phone
+49 631-7106-9615
Name
Megan Busa
Email
megan.busa@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT SUBSISTENCE
Office
DLA EUROPE & AFRICA TROOP SUPPORT
Contracting Office Address
Apo, AE
09227 USA

More in NAICS 423610

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.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.