4330--Replacement Fire Pump
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), specifically Network Contracting Office 02, is soliciting quotes for a replacement fire pump for the James J. Peters VA Medical Center in Bronx, NY. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by Monday, March 9, 2026, at 12:00 PM EST.
Scope of Work
This Request for Quote (RFQ) is for the supply and delivery of one (1) new Original Equipment Manufacturer (OEM) fire pump. The replacement pump must match the specifications of the existing unit: an N/S ARMSTRONG 4600FE Series Split Case Fire Pump, Model #1020316072, Size 6x5x10F, Type 4600FE, 100 HP, 3560 RPM – Pump End Only. No used, refurbished, remanufactured, or gray market items will be accepted. Vendors must be authorized dealers, distributors, or resellers, verified by an OEM authorization letter. The pump must comply with NFPA, VA, and manufacturer standards, and a commissioning flow test is included. The place of performance is the Veterans Health Administration of NY & NJ (VISN 2), 385 Tremont Ave, East Orange, NJ 07018.
Eligibility & Submission Requirements
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified in SBA VetCert and registered with SAM.gov, providing their SAM UEI number. A completed and signed Limitations on Subcontracting (LOS) certificate of compliance (found in the solicitation, pages 20-21) is mandatory; offers without it will not be considered. Bidders must provide sufficient technical documentation (product literature, specifications, features) for evaluation and specify the country of manufacture.
Evaluation Factors
Award will be made to the most advantageous offer, considering:
- Technical Specifications: Conformance of quoted line items to the SOW.
- Price: Total of all line item prices.
- Delivery Schedule: Total days proposed for full delivery.
- Past Performance: Assessment of risk based on the quoter's record, including CPARS, customer surveys, and contracting officer knowledge.
Contract Details
The resulting contract will be Firm-Fixed-Price. The Product Service Code is 4330 (Centrifugals, Separators, And Pressure And Vacuum Filters). Quotes must be submitted via email to latriece.bruce@va.gov by the deadline. Telephone inquiries will not be accepted.