Chrome Plating Services
ID: N6852026Q1005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Electroplating, Plating, Polishing, Anodizing, and Coloring (332813)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW) at Naval Air Station North Island, California, is seeking qualified vendors to provide off-site hard chromium electroplating services for various landing gear components. The procurement requires compliance with military and industry standards for cleaning, electroplating, and hydrogen embrittlement relief, with a focus on ensuring that the selected contractor possesses the necessary facilities, experience, and equipment. This service is critical for maintaining the operational readiness and safety of aircraft components. Interested parties must submit their quotes by following the guidelines outlined in the solicitation (N6852026Q1005), with the evaluation based on a lowest-price, technically acceptable basis. For further inquiries, vendors can contact Kim Compton at kimberly.a.compton6.civ@us.navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil.

    Files
    Title
    Posted
    This Contract Data Requirements List (CDRL) specifies the requirement for a Certificate of Conformance (Data Item A001) for Chrome Plating Service, under Contract/PR No. 0005. The certificate, titled "Certificate of Compliance" and subtitled "Certificate of Conformance," is mandated by DI-MISC-81356A and referenced in SOW Section 6.1.1. It is required by FRCSW. The distribution is restricted to the Department of Defense and U.S. DoD contractors only, with other requests referred to the Technical Point of Contact (TPOC) at Fleet Readiness Center Southwest, San Diego, CA 92135. An electronic copy of the Certificate of Conformance must be provided to the FRCSW TPOC with each shipment of completed landing gear components. The document outlines the specific requirements for data submission within a government contract, emphasizing compliance and restricted distribution of sensitive technical information.
    This government solicitation (N6852026Q1005) is for Women-Owned Small Businesses (WOSB) to provide off-site hard chromium electroplating services for various landing gear components belonging to the Fleet Readiness Center Southwest (FRCSW) at Naval Air Station North Island, CA. The contract outlines specific requirements for cleaning, electroplating (Class 2), and baking components for hydrogen embrittlement relief, adhering to detailed military and industry standards (e.g., MIL-STD-2073-1E, PS13102, ASTM F0519). The contractor must possess the necessary facilities, experience, tools, equipment, and materials, and be able to communicate effectively with the Technical Point of Contact (TPOC). The period of performance is 240 days from contract award. Deliverables include a Certificate of Conformance for each item, and a one-year warranty on all replaced parts. Payment requests and receiving reports will be processed electronically via the Wide Area WorkFlow (WAWF) system, with specific routing data provided. The solicitation also incorporates numerous FAR and DFARS clauses related to contract terms, conditions, and special requirements.
    Lifecycle
    Title
    Type
    Chrome Plating Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Government Furnished Hardware: REPLATE AND STRIP
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the re-plating and stripping of government-furnished hardware, specifically Cartridge Retainers, Firing Pin Housings, Caps, and Initiator Chambers, which are classified as Aviation Critical Safety Items. The procurement requires adherence to stringent specifications, including cadmium plating standards, precise cleaning protocols, and compliance with quality control measures such as ISO 9001 and ISO/IEC 17025. Interested vendors must ensure they are certified under the United States/Canada Joint Certification Program to access technical drawings and must submit their quotes by January 9, 2026, with all proposals evaluated on a lowest price technically acceptable basis. For further inquiries, vendors can contact Francine Keys at francine.keys@navy.mil or Marlene Ridgell at marlene.ridgell@navy.mil.
    Chromium Nitride Spindles
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified small businesses for the production of Chromium Nitride Spindles to support operations at the Watervliet Arsenal in New York. The procurement involves a firm fixed-price contract for a base year with two option years, requiring precise surface preparation and application of Chromium Nitride coating to meet stringent specifications for hardness, adhesion, and corrosion resistance. This initiative is critical as the Watervliet Arsenal currently lacks the capability to perform this service in-house, necessitating external support for the production of 600 units from November 1, 2025, to September 30, 2029. Interested parties must have an active DD Form 2345 on file to access technical data and should contact Maria DeCrescenzo or Joseph Pokrentowski for further information.
    26-40-1000 Nital Etch Process Line
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for a Nital Etch Process Line, with a requirement for one unit to be delivered within 270 days after receipt of order. This procurement is critical for the DLA Weapons Support Richmond, as it involves the provision of essential metal finishing equipment necessary for manufacturing processes. The solicitation is set aside exclusively for small businesses, and interested vendors can expect the Request for Quote (RFQ) SPE4A8-26-Q-0019 to be issued around January 8, 2026. For further inquiries, potential bidders may contact Lataunda Beasley at avniperweb@dla.mil, and the solicitation package will be available on the DLA DIBBS website.
    Bondrite, brand name, solicitation
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking quotations for five units of BONDERITE M-CR600 (ALODINE600), a chromate conversion coating chemical essential for aluminum applications. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), emphasizing the need for compliance with MIL-C-81706 standards and the provision of a Safety Data Sheet (SDS) with the shipment. The product is critical for maintaining chemical compatibility and safety in military applications, with delivery required by February 4, 2026, to Tobyhanna, PA. Interested vendors must submit their quotations by January 6, 2026, to Kaila Black at kaila.e.black.civ@army.mil, ensuring all submissions include the solicitation number in the subject line.
    Coatings and Engravings
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for coatings and engravings services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations, facilitating a streamlined acquisition process for the government. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years and individual call limits not exceeding $250,000. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    53--PLATE,MOUNTING - AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the procurement of mounting plates and similar replacement parts. This solicitation is set aside for small businesses and requires compliance with various quality assurance standards, including ISO 9001, as well as First Article Testing (FAT) prior to production. The goods are critical for use in military applications, particularly on submarines and surface ships, emphasizing the need for stringent quality and safety standards. Interested vendors should direct inquiries to Gordon Kohl at 717-605-3629 or via email at gordon.kohl.civ@navy.mil, with proposals due by the specified deadline.
    16--LIGHTPLATE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a Lightplate Assembly (NSN 1R-1680-LLF02N127-P8, REF NR 0561792-1) with a quantity of one unit, to be delivered FOB Origin. This item is classified as a commercial/non-developmental/off-the-shelf product, and it is critical for flight operations, necessitating government source approval prior to contract award. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, as offers lacking the required data will not be considered. Proposals must be submitted within 45 days of this notice, and interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further information.
    Surface Ship Corrosion Mitigation
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the goal of conducting one assessment per ship each month. This initiative is critical for maintaining the operational readiness and longevity of naval vessels, ensuring compliance with military specifications such as MIL-PRF-16173 and MIL-PRF-81409. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, and proposals must adhere to the outlined submission procedures, with a contract period of 12 months and an option for an additional year.
    N0038326RD052
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of critical components used in the F-18 aircraft system. The procurement is focused on one repair CLIN, with Logus Manufacturing Corp. identified as the sole source possessing the necessary repair capabilities, although other responsible sources are encouraged to submit capability statements or proposals. These items are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, potential bidders can contact Shannon K. Hart at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.