SOURCES SOUGHT
16 -- Low Hydrogen Embrittlement (LHE) Zinc/Nickel (ZnNi) plating for F/A-18E/F and EA-18G Retrofit Incorporation
- Notice Date
- 2/25/2026 5:57:53 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-25-RFPREQ-TPM265-0419
- Response Due
- 3/12/2026 2:00:00 PM
- Archive Date
- 03/27/2026
- Point of Contact
- Caroline Brown, Samantha Pennini
- E-Mail Address
-
caroline.r.brown4.civ@us.navy.mil, samantha.l.pennini.civ@us.navy.mil
(caroline.r.brown4.civ@us.navy.mil, samantha.l.pennini.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The F/A-18E/F and EA-18G Program Office (PMA-265) is seeking capable sources to provide the comprehensive engineering, logistics, and tooling support required to implement Engineering Change Proposal (ECP) 6554. This ECP authorizes the transition from legacy Cadmium (CAD) plating to Low Hydrogen Embrittlement (LHE) Zinc/Nickel (ZnNi) plating for F/A-18E/F and EA-18G landing gear components. This is a Sources Sought notice for market research purposes only and does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this notice is strictly voluntary. The information submitted will be used for informational purposes only to help the Government determine the appropriate acquisition strategy. Under this effort, the Contractor will design, develop, fabricate, and deliver conformal anodes, associated technical drawings, and anode cases for ZnNi plating of specified landing gear components. In addition, the Contractor will provide plating surface current density analysis reports to predict adequate thickness and uniformity of ZnNi plating for specified landing gear components. In anticipation of ZnNi plating incorporation through the Landing Gear Overhaul (LGOH) Program, the Contractor will execute Technical Data Package (TDP) & Integrated Logistics Support (ILS) updates for the Unites States Navy (USN), Royal Australian Air Force (RAAF), and Kuwait including, but not limited to, modifying engineering drawings to reflect new part numbers and material specifications, preparing Depot Level Accessory Changes (AYCs), and updating the Logistics Product Database (LPD) and associated Interactive Electronic Technical Manuals (IETMs). Interested parties are requested to submit a capability statement of no more than five (5) pages in length. The capability statement should demonstrate the ability to perform the work described. The submission should include: Company Name, Address, CAGE Code, and Primary Point of Contact Business Size under the specified 336413?North American Industry Classification System (NAICS) code A detailed summary of company�s experience with: F/A-18 (or similar platform/program) landing gear systems and associated technical data. DoW technical documentation (e.g.TDPs, IETMs, AYCs). Application of ZnNi Plating to high-strength steel components and Hydrogen Embrittlement Relief or similar process. The design, analysis, and fabrication of conformal anodes for aerospace applications. Any other information or documentation that describes the capabilities, interfaces, and specifications that may be relevant to this effort Responses shall be limited to submitted electronically to the e-mail address provided below. Earliest possible response is encouraged. Responses will be reviewed, and additional information may be requested from individual sources, if desired by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e650b08a7a542fd9c0c546caade45dc/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN07727437-F 20260227/260225230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |