ENCOMPASS KIT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound has issued an Award Notice for the procurement of an ENCOMPASS KIT (REPLACEMENT PARTS), Manufacturer Part Number EMIQ-25-734. This acquisition, initially set aside for Small Business, was ultimately justified as a sole source procurement to Encompass Machines Inc. due to proprietary patent restrictions. The award notice signifies the conclusion of the procurement process.
Scope of Work
The requirement is for an "ENCOMPASS KIT (REPLACEMENT PARTS)" (MFR PN EMIQ-25-734). A detailed parts list is available, outlining specific components and quantities. These parts are described as direct replacements for existing brand-name equipment, ensuring compatibility in form, fit, and function with current systems.
Contract Details
The contract is a Firm Fixed Price arrangement. The original solicitation was issued on February 25, 2026, with offers due by March 02, 2026, at 10:00 AM. Delivery is expected on or before March 30, 2026. Payment will be processed via Wide Area Work Flow (WAWF).
Justification for Sole Source
The procurement was justified as sole source to Encompass Machines Inc. because the required items are proprietary and protected by a patent, making them the sole manufacturer. Acquiring alternative equipment would necessitate significant capital investment and new training. This justification, signed on March 6, 2026, confirms that the requested material represents the Government's minimum requirements and precludes full and open competition.
Set-Aside
While the initial acquisition was set aside for Total Small Business, the procurement proceeded as a sole source due to the proprietary nature of the required parts.
Place of Performance
The place of performance is Bremerton, WA 98314, United States.
Additional Notes
Base access for deliveries requires a Defense Biometric Identification System (DBIDS) credential, as NCACS credentials are no longer accepted. Deliveries must pass through the base Truck Inspection Station and are subject to inspection. Specific clauses regarding payment (WAWF), inspection and acceptance (destination, 4-7 days inspection), and packaging are included.