Lead-Sheathed Communication Cable Removal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force / Space Force is issuing a Sources Sought Notice for the removal of legacy lead-sheathed communication cables at Vandenberg Space Force Base (VSFB), California. This is a no-cost contract where the contractor will remove abandoned-in-place cables and appurtenances in exchange for possession of the materials. This notice is for market research, with a Total Small Business Set-Aside anticipated. Responses are due by February 2, 2026.
Purpose & Scope
This Sources Sought Notice (SSN) is for information and planning purposes to identify commercial sources capable of removing deactivated/abandoned-in-place (AIP) copper and lead-sheathed communication cables from underground manhole duct systems at VSFB. The government intends to award a no-cost contract, meaning the contractor will perform the removal and disposal at no cost to the government, in exchange for possession of the removed cables and associated appurtenances (e.g., splice cases, terminals). These materials are considered to have no reuse value to the government.
The scope of work, detailed in the Draft Performance Work Statement (PWS), includes:
- Cable Infrastructure Site Survey: Conduct a survey to confirm government inventory and identify cables for removal.
- Site Survey Report: Provide a comprehensive report detailing identified cables, routes, and endpoints.
- Cable Removal: Physically remove deactivated/AIP copper and lead-sheathed cables and associated appurtenances.
- Duct Integrity & Restoration: Ensure duct system integrity, repair any damages, and install pull rope/mule tape for future use. Restore all disturbed grounds and paved surfaces to their original condition or better.
- Environmental Compliance: Adhere to stringent federal, state, city, county, and Air Force environmental laws and regulations for recycling and disposal of all materials. This includes proper handling of water pumped from manholes and obtaining necessary permits (e.g., Confined Space Entry, AF Form IMT 103).
Contract Details
- Opportunity Type: Sources Sought Notice (for market research)
- NAICS Code: 562920 "Materials Recovery Facilities" (Size Standard: $25 Million)
- Product Service Code: R499 "Other Professional Services"
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) is anticipated, but the government is interested in all businesses for market research.
- Period of Performance: Anticipated two years (24 months) after award, with option to extend.
- Place of Performance: Vandenberg Space Force Base, Lompoc, CA.
Submission Requirements
Interested vendors should provide:
- Identifying Information: Company/Organization details, POC, CAGE/DUNS, SAM registration confirmation, and socioeconomic type.
- Contract Vehicle Interest: State interest in a firm no-cost contract or propose an alternative structure (e.g., credit/debit system).
- Statement of Capabilities: Demonstrate ability to perform PWS requirements, including previous similar projects (large-scale telecom cable removal, federal/military sites, no-cost scrap/salvage contracts).
- Subcontracting: Indicate if subcontracting will occur and the percentage of work performed as Prime.
- Industry Comments: Provide comments or suggested changes to the Draft PWS.
Key Dates & Contacts
- Response Due: February 2, 2026, by 12:00 PM PST.
- Submission Email: Jessica Rowe (jessica.rowe.5@spaceforce.mil) and Scott Yeaple (scott.yeaple@spaceforce.mil).
Additional Notes
This is solely for information and planning; it is not a solicitation. Responses will be treated as information only. All potential offerors must be registered and current in SAM to be eligible for a future contract award. Follow-up is recommended to ensure email receipt due to firewall protections.