4320--Minneapolis VA Health Care System HVAC Pumps Intent to Sole Source
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 Department of Veterans Affairs (VA), Network Contracting Office 23, intends to award a sole source contract to Bernard J. Mulcahy Company, Inc. for customized HVAC Pumps for the Minneapolis VA Health Care System. This notice is an intent to sole source, not a request for quotations. Interested parties may submit a capabilities statement by March 6th, 2026, at 17:00 CT to demonstrate their ability to meet the requirements.
Scope of Work
The requirement is for two brand-name or equal centrifugal pump assemblies (B&G Vertical Split Case Pump Series VSX-VSCS) with specific performance characteristics, including 2500 GPM at 90 ft HD, 75-80 Horsepower, and 1750-1850 RPM. Associated mounting accessories and parts are also required, such as suction diffusers, expansion joints, check valves, bypass valves, inertia bases, and Variable Frequency Drives (VFDs).
Additionally, the contractor must provide one (1) on-site certified factory startup and laser alignment service, coordinated with VA Engineering Services. All items are to be delivered to the Minneapolis VA Health Care System, with specific receiving requirements including the VA Purchase Order Number on shipping labels.
Contract & Timeline
- Type: Intent to Sole Source (Special Notice)
- Authority: FAR 12.102(a) – Only one responsible source
- Response Due: March 6th, 2026, at 17:00 CT
- Published: February 23rd, 2026
Submission & Evaluation
This is not a request for competitive quotes. Interested parties must submit a capabilities statement providing clear and unambiguous evidence of their ability to provide the required services. The Government retains discretion on whether to compete this requirement based on responses. If no viable responses are received, the VA will negotiate solely with Bernard J. Mulcahy Company, Inc.
Responses must address the following:
- Organization's socio-economic category.
- Manufacturer status; if not the manufacturer, identify the manufacturer, their socio-economic category, and provide an authorized distributor letter.
- Complete FAR Provision 52.225-2(b) certificate, identifying the item and its country of origin.
- Address compliance with 13 CFR 121.406 (b)(1)(i), (b)(1)(ii), and (b)(1)(iii).
- State if subcontracting is contemplated, including percentage and tasks.
Eligibility / Set-Aside
No specific set-aside is designated for this intent to sole source. However, VAAR 852.219-76 (Limitations on Subcontracting) may apply if a set-aside for Veteran Owned Small-Businesses is later determined, and VAAR 852.212-71 (Gray Market Items) may also apply.
Additional Notes
Verbal responses are not acceptable. Phone calls will not be accepted. The point of contact is Contract Officer Jeffrey Brown at Jeffrey.Brown8@va.gov.