ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

4330--Replacement Fire Pump

DEPARTMENT OF VETERANS AFFAIRS 36C24226Q0277
Response Deadline
Mar 16, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting quotes for the replacement of a fire pump at the James J. Peters VA Medical Center in Bronx, NY. This procurement specifically seeks a new N/S ARMSTRONG 4600FE Series Split Case Fire Pump, Model #1020316072, and is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring compliance with the Buy American Act. The selected contractor must provide technical documentation, adhere to NFPA and VA standards, and ensure that only new Original Equipment Manufacturer (OEM) products are supplied, with no gray market items accepted. Quotes must be submitted via email to LaTriece Bruce at latriece.bruce@va.gov by March 16, 2026, at 12:00 PM EST, with late submissions not being considered.

Classification Codes

NAICS Code
333914
Measuring, Dispensing, and Other Pumping Equipment Manufacturing
PSC Code
4330
CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS

Solicitation Documents

15 Files
1000016342.jpg
JPEG2015 KBMar 9, 2026
AI Summary
The provided document outlines the operational procedures for a pump control system, detailing the steps to shut off and turn on the controller. To shut off, the stop button must be held while emergency power is turned off, followed by normal power. To turn on, the manual contactor handle must be fully pulled out, the stop button held, and normal power turned on before emergency power. The document also lists components like circuit breakers and disconnecting means, indicating it pertains to the safe and correct operation of industrial or emergency pump systems. Given its technical nature and focus on operational safety, this document would likely be part of an RFP for maintenance, installation, or operational training for critical infrastructure, such as those found in federal, state, or local government facilities.
1000016343.jpg
JPEG1481 KBMar 9, 2026
AI Summary
The document details the specifications of an EATON FT30-100-A-L1 electrical component, likely a motor starter or control panel, designed for industrial applications. It specifies a 100 H.P. rating, operates at 208 volts and 60 Hertz with 3-phase power, and has a control circuit voltage of 120 volts. The unit is rated for 500 PSI pressure and has a Type 2 (IP32) enclosure. Crucially, it is suitable for use on a circuit capable of delivering not more than 100,000 amperes R.M.S. symmetrical at 208 volts AC. The product is identified by serial number 16F5481E and was made in Canada. This information is typical for equipment procurement within government RFPs, detailing technical requirements for industrial machinery or components.
QUESTIONS AND ANSWERS RFQ 36C24226Q0277.docx
Word16 KBMar 9, 2026
AI Summary
The document is a Q&A for RFQ 36C24226Q0277, focusing on a fire pump. Key clarifications include that an electric, pump-only system is requested, with no motor or jockey pump. The solicitation is for the pump section only. Manufacturers require the fire pump controller's details for UL/FM listing, which are available in Amendment 0001's additional photos. The initial request for commissioning flow testing was an error and has been removed via Amendment 0001.
36C24226Q0277 0001.pdf
PDF193 KBMar 9, 2026
AI Summary
This document is an amendment to Request for Quote (RFQ) 36C24226Q0277 issued by the Department of Veterans Affairs, Network Contracting Office 2, James J. Peters VA Medical Center. The amendment, dated March 5, 2026, extends the deadline for receipt of offers to March 16, 2026, at 12:00 PM EDT. It also includes additional photos, questions and answers, and edits to the line item description. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
1000016332.jpg
JPEG2344 KBMar 9, 2026
AI Summary
This document, despite its brevity, likely represents a placeholder or an incomplete entry within a larger government procurement or grant application system. Given the context of federal government RFPs, federal grants, and state and local RFPs, a single digit such as "1" typically signifies an initial identification number, a page count in a multi-document submission, or an internal tracking marker. Without additional content, it's impossible to ascertain the main topic, key ideas, or purpose of the specific RFP or grant it belongs to. Its existence points to a structured process where even minimal entries are logged, suggesting that this file is a component of a more extensive, formal government document flow.
1000016331.jpg
JPEG2463 KBMar 9, 2026
AI Summary
The document is an approval record for an S.A. Armstrong Limited 6x5 pump, model 428358-000, with serial number 1020316072. It details the pump's operational specifications, including a rated capacity of 1000 USGPM, a net rated pressure of 100 PSI, and a rated speed of 3560 RPM. Key performance metrics are provided, such as pressure at shut-off (118.7 PSI), pressure at 150% rated capacity (80.5 PSI), and power consumption at rated condition (85.8 HP, with a maximum of 97.1 HP). The document also identifies the driver as a WEG unit (serial no. 1049067864) and the controller as an EATON unit. This type of detailed equipment specification is commonly found in government RFPs for infrastructure projects, facilities upgrades, or procurement of industrial equipment.
1000016330.jpg
JPEG2107 KBMar 9, 2026
AI Summary
The provided document details the specifications of an Armstrong Centrifugal Fire Pump, serial number 10203, manufactured by Armstrong Limited in Toronto, Canada. Key parameters listed include impeller diameter, rated speed in RPM, net rated pressure in PSI, maximum pressure, pressure at 150% rated capacity, and required brake horsepower. This document appears to be a technical specification or data sheet for a piece of equipment, likely intended for use in an RFP or grant application requiring detailed equipment information, particularly for projects involving fire suppression systems in government facilities.
1000016329.jpg
JPEG1904 KBMar 9, 2026
AI Summary
The document provides specifications for an Armstrong 4600FF 6/5X10 commercial pump, identified as a fire pump. Key details include a flow rate of 1000 GPM, a maximum pressure of 100 PSI, a motor with 3580 RPM, and an impeller diameter of 4182.4 PS. The pump operates at a maximum frequency of 32 Hz and is a product of Canada, manufactured by Armstrong Limited. The serial number 428841-000 is also provided. This document is likely part of a federal, state, or local RFP or grant application for infrastructure projects requiring specific fire suppression equipment.
1000016328.jpg
JPEG1935 KBMar 9, 2026
AI Summary
This document details the specifications of a S.A. Armstrong Limited 6X5 pump, serial number 1020316072, approved with model number 428358-000. It is a single-stage pump with an 8.150-inch impeller diameter, rated for 100 USGPM capacity and a speed of 3560 RPM. Key pressure ratings include 80.5 PSI at 150% rated capacity, 85.8 PSI at rated condition, and 97.1 PSI maximum. The pump utilizes a WEG driver, serial number 1049067864, and an unknown controller, serial number 16F548E. Manufactured in Toronto, Canada, these specifications are crucial for procurement or maintenance within government RFPs for infrastructure projects or equipment upgrades.
36C24226Q0277 0001_2.docx
Word211 KBMar 9, 2026
AI Summary
The Department of Veterans Affairs is soliciting quotes for a fire pump replacement at the James J. Peters VA Medical Center in Bronx, NY. This Request for Quote (RFQ) is specifically for one N/S ARMSTRONG 4600FE Series Split Case Fire Pump, Model #1020316072, with specific technical specifications. The acquisition is a total set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is subject to the Buy American Act. Offerors must be certified in SBA VetCert, provide a signed limitations on subcontracting certificate, and submit sufficient technical documentation for evaluation. The contractor will be responsible for supplying and delivering a new pump that matches existing specifications, compliant with NFPA, VA, and manufacturer standards. The file outlines detailed contract clauses, solicitation provisions, and defines various security prohibitions and exclusions, including restrictions on covered telecommunications equipment and services, Kaspersky Lab products, and FASC-prohibited unmanned aircraft systems. Invoices are to be submitted electronically 30 days after accepted delivery.
36C24226Q0277 0001_1.docx
Word17 KBMar 9, 2026
AI Summary
This is an amendment to Solicitation 36C24226Q0277 for a Replacement Fire Pump at the Department of Veterans Affairs, James J. Peters VA Medical Center in Bronx, NY. The solicitation is a Request for Quote (RFQ) set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Key updates include the attachment of additional photos, new questions and answers, and edits to the line item description. The closing date for submissions has been extended to March 16, 2026, at 12:00 PM EST. Vendors must be registered with SAM.gov, provide SAM UEI numbers, and be certified in SBA VetCert, submitting a completed Limitations on Subcontracting (LOS) certificate. Quotes must be for new Original Equipment Manufacturer (OEM) items only, with vendors authorized by the OEM. Evaluation factors include technical specifications, price, delivery schedule, and past performance. Inquiries are to be directed via email to latriece.bruce@va.gov, as telephone inquiries will not be accepted.
IMG_1240.jpg
JPEG4461 KBMar 9, 2026
AI Summary
The provided document is an approval record for an S.A. Armstrong Limited 6x5-10F pump, serial number 1020316072. It details the pump's specifications, including an 8.150-inch impeller diameter, a rated capacity of 1000 USGPM, a net rated pressure of 100 PSI, and a rated speed of 3560 RPM. The document also lists the pressure at shut-off as 118.7 PSI and the pressure at 150% rated capacity as 80.5 PSI. Performance metrics at rated conditions indicate 85.8 HP and a maximum HP of 97.1. The pump's driver is manufactured by WEG (serial no: 1049067864), and the controller by EATON. This record appears to be a technical data sheet, likely part of procurement or maintenance documentation within a government context, possibly related to an RFP or grant for infrastructure projects requiring specific pump systems.
IMG_1237.jpg
JPEG4344 KBMar 9, 2026
AI Summary
The document provides specifications for two Armstrong pumps: a Commercial Pump (Model 4600FF 6X5X10F) and a Centrifugal Fire Pump (UL Listed 793.R). Both are products of Canada by Armstrong Fluid Technology. The Commercial Pump details its construction, flow rate (1000 USGPM), motor horsepower (100 PSI), head, frequency, RPM, maximum pressure (824 PS), maximum temperature, and impeller diameter (8.150 M). The Centrifugal Fire Pump section outlines fields for model number, number of stages, impeller diameter, manufacturer's serial number, size, pump rating, rated capacity (USGPM), rated speed (RPM), maximum post-pressure at suction pressure (PSI), 150% rated capacity pressure (PSI), net rated pressure (PSI), maximum pressure (PSI), and brake horsepower required at rated condition (HP) and maximum (HP). This document appears to be a technical data sheet for these specific pump models, likely for procurement or installation in government-related projects.
36C24226Q0277_1.docx
Word16 KBMar 9, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting quotes for a replacement fire pump, designated as a Service Disabled Veteran Owned Small Business set-aside (SDVOSBC). This Request for Quote (RFQ) requires vendors to be registered with SAM.gov, provide SAM UEI numbers, and submit technical documentation for evaluation. Offerors must also be certified in SBA VetCert and include a signed limitations on subcontracting certificate. Only new Original Equipment Manufacturer (OEM) items are accepted, and vendors must be authorized dealers. The VA will award the contract based on technical specifications, price, delivery schedule, and past performance. Quotes are due via email to latriece.bruce@va.gov by March 9, 2026, at 12:00 PM EST.
36C24226Q0277.docx
Word210 KBMar 9, 2026
AI Summary
This Request for Quote (RFQ) from the Department of Veterans Affairs is for the procurement and delivery of a new N/S ARMSTRONG 4600FE Series Split Case Fire Pump, Model #1020316072, to replace a leaking fire pump at the James J. Peters VA Medical Center. The acquisition is a total set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with the Buy American Act. Offerors must be certified in SBA VetCert, provide a signed limitations on subcontracting certificate, and submit sufficient technical documentation. Key requirements include adherence to NFPA, VA, and manufacturer standards, and prohibitions on specific foreign telecommunications equipment, unmanned aircraft systems, and certain foreign transactions. The contractor must also comply with regulations regarding gray market and counterfeit items, ensuring only new Original Equipment Manufacturer (OEM) products are supplied.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 2, 2026
amendedAmendment #1· Description UpdatedMar 5, 2026
amendedLatest Amendment· Description UpdatedMar 9, 2026
deadlineResponse DeadlineMar 16, 2026
expiryArchive DateMar 21, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)

Point of Contact

Contract Specialist
LaTriece Bruce

Official Sources