Skip to main content

An official website of the United States government

You have 2 new alerts

MNA Anodes

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 26, 2022 02:53 pm PDT
  • Original Response Date: Nov 29, 2022 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9530 - BARS AND RODS, NONFERROUS BASE METAL
  • NAICS Code:
    • 331491 - Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
  • Place of Performance:
    Kahlotus , WA 99335
    USA

Description

The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of  main unit intake gate magnesium anodes and mounting hardware, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 331491, with a Small Business Size Standard of 750 employees as determined by 13 CFR 121.104.

When available, the solicitation documents for this project W912EF23Q0001 will be provided via SAM.gov on or around 27 October 2022. Please do not submit a quote without the solicitation package that will be provided to industry by the Government as specified above. The solicitation will be a Request for Quote (RFQ). The official quotation due date will be contained in the solicitation and any solicitation amendments that may be issued.

TECHNICAL SPECIFICATIONS

The successful offeror will supply fourteen (14) cathodic protection anodes and support hardware to be used on the main unit intake gates at Lower Monumental. All packaging and shipping requirements shall be the responsibility of the contractor.

Anodes shall be made of magnesium and meet the requirements of ASTM B 843 grade AZ31D in its entirety. Anodes shall be 2” in diameter and the cathode shall consist of a 3/16” diameter steel wire located in the center of the anode (core wire). Anode supports shall be fabricated from ASTM A 36 structural steel. Workmanship for all anode support welding and fabrication shall be in accordance with AWS D1.1/D1.1M. Anode supports shall be coated with a regularly manufactured name brand paint of the same type and with similar properties to the MS MIL‐DTL‐24441/19B zinc rich epoxy primer and the MS MIL‐DTL‐24441 epoxy colored topcoat paint. Contractor shall paint all ferrous surfaces with System No. 21‐A‐Z paint. Paint shall be applied in accordance with the manufacturer’s instructions. All nut, bolt, and washer dimensions shall conform to ASME B18.2.1; materials shall conform to SAE J429 Grade 5, or ASTM A449 alloy steel type 1. All fastener components shall be hot dip galvanized in accordance with ASTM F2329.

Anode composition shall conform to the following (AZ31 magnesium alloy):

Aluminum             2.5% – 3.5%

Manganese           .20 Min.

Zinc                        .7% ‐ 1.3%

Iron                        .002 Max.

Copper                   .05 Max.

Nickel                    .01 Max.

Other Impurities .001 Max.

Silicon                   .30 Max

Magnesium           Balance

Each component of the main unit intake gate anodes and hardware shall be covered by the manufacturer’s standard warranty on all parts, labor, and workmanship from factory defects.

Important Note: the SAM.gov response date listed elsewhere in this synopsis is for SAM.gov archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due.  NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors button in the listing for this solicitation on SAM.gov. All quotes received by the closing date that are small businesses will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.sam.gov.

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA

Primary Point of Contact

Secondary Point of Contact





History