Skip to content
Department of Defense

Low Hydrogen Embrittlement (LHE) Zinc/Nickel (ZnNi) plating for F/A-18E/F and EA-18G Retrofit Incorporation

Solicitation: N00019-25-RFPREQ-TPM265-0419
Notice ID: 2e650b08a7a542fd9c0c546caade45dc
TypeSources SoughtNAICS 336413PSC1680Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateMDPostedFeb 25, 2026, 12:00 AM UTCDueMar 12, 2026, 09:00 PM UTCCloses in 16 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 12, 2026. Industry: NAICS 336413 • PSC 1680.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00019-25-RFPREQ-TPM265-0419. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$355,698,702
Sector total $20,863,764,918 • Share 1.7%
Live
Median
$97,445
P10–P90
$29,456$934,247
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3121%($334,280,622)
Deal sizing
$97,445 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
St James, Maryland • 20670 United States
State: MD
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Caroline Brown
Email
caroline.r.brown4.civ@us.navy.mil
Phone
Not available
Name
Samantha Pennini
Email
samantha.l.pennini.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336413

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. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.