Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2026 SAM #8829
SOURCES SOUGHT

R -- Lead-Sheathed Communication Cable Removal

Notice Date
1/26/2026 9:57:20 AM
 
Notice Type
Sources Sought
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
 
ZIP Code
93437-5212
 
Solicitation Number
FA461026Q9999
 
Response Due
2/2/2026 12:00:00 PM
 
Archive Date
02/17/2026
 
Point of Contact
Jessica Rowe, Scott Yeaple
 
E-Mail Address
jessica.rowe.5@spaceforce.mil, scott.yeaple@spaceforce.mil
(jessica.rowe.5@spaceforce.mil, scott.yeaple@spaceforce.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Sources Sought Notice (SSN) is being issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analysis, demographic, and other market information in accordance with FAR part 10. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this SSN, is strictly voluntary. Vendors will not be reimbursed for any cost related to this SSN. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future Request for Quote (RFQ). Evaluation results will not be provided to contractors responding to this notice. PURPOSE: 30 CONS/PKB is seeking commercial sources for the removal of legacy lead-sheathed communications lines in order to reclaim underground ducts throughout Vandenberg Space Force Base (VSFB), California. It is the Government�s intent to award a no-cost contract under which the contractor shall remove the cables and associated appurtenances (splice cases, terminals, etc.) at no-cost to the Government in exchange for possession of the cables and appurtenances in abandoned-in-place status and no reuse value. The contractor will be responsible for the removal and disposal for the abandoned in place cable and associated appurtenances in accordance with the Draft Performance Work Statement (PWS) provided in this notice. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562920 �Materials Recovery Facilities�. The size standard is $25 Million. The Government is interested in all businesses. The Government requests that interested parties ensure that the necessary NAICS is included in their SAM representations and certifications. SUBMISSION INSTRUCTIONS: A. Interested vendors may provide the following information: 1. Identifying Information a. Company/Organization b. NamePoint of contact name, duty title, email, and phone number c. Company/Organization CAGE / DUNS number d. Confirmation that your company is currently registered in SAM i. NOTE: Your Company must be registered and current in SAM to be eligible for an award. e. Company�s socioeconomic type and business size (Small Business, HUBZone, Service-Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 2. Contract Vehicle: State your interest and capability to perform this requirement under: a. A firm no-cost contract. b. An alternative vehicle (e.g., a credit/debit system based on commodity prices). If so, please provide details on how you would structure such an arrangement. 3. Provide a Statement of Capabilities which demonstrates your Company�s/Organization�s ability to perform the requirements of the draft PWS. This statement may include previous experience performing similar projects. 4. Would you Company/Organization sub-contract work? If so, what percentage of work would your Company/Organization perform as a Prime Contractor? 5. (If available) Provide a list of at least two (2), but no more than three (3), projects of similar scope, size, and complexity completed within the last five (5) years. a. ""Similar"" is defined as projects involving: large-scale telecommunications cable removal, work on federal/military installations, and/or no-cost scrap/salvage contracts. 6. Other: Provide any other information about your Company/Organization that may demonstrate capability and/or interest in performing the draft PWS requirements. Interested parties are encouraged to submit industry comments and/or suggested changes to the PWS in addition to the Company�s capability statement and question indicated above. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Submissions to this notice are due NLT 2 February 2026 @12:00pm (PST) and should be sent via email to Jessica Rowe at jessica.rowe.5@spaceforce.mil and Scott Yeaple at scott.yeaple@spaceforce.mil. Please note that due to increased firewall protections some emails maybe blocked; therefore, follow-up is strongly recommended to ensure receipt of your submission by the Government. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, lack of registration in the SAM will make an offeror ineligible for contract award. It is the responsibility of all potential offerors to monitor the SAM.gov website for release of any future synopses or release of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/54a2a5536b694239b26400ea4910689c/view)
 
Place of Performance
Address: Lompoc, CA 93437, USA
Zip Code: 93437
Country: USA
 
Record
SN07697144-F 20260128/260126230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.