Skip to content
Federal Communications Commission

Broadband Serviceable Location Fabric

Solicitation: 273FCC26R0001
Notice ID: dc6c057a812f4aa7bb4aa85f3af5e7b4
TypeSolicitationNAICS 541519PSC7H20DepartmentFederal Communications CommissionStateDCPostedMar 24, 2026, 12:00 AM UTCDueApr 01, 2026, 08:00 PM UTCExpired

Solicitation from FEDERAL COMMUNICATIONS COMMISSION • FEDERAL COMMUNICATIONS COMMISSION. Place of performance: DC. Response deadline: Apr 01, 2026. Industry: NAICS 541519 • PSC 7H20.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$869,517,651
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$269,363
P10–P90
$2,447$482,500
Volatility
Volatile178%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+118%($320,978,633)
Deal sizing
$269,363 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 DC
Live POP
Place of performance
Washington, District of Columbia • 20554 United States
State: DC
Contracting office
Washington, DC • 20554 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
James Batten
Email
james.batten@fcc.gov
Phone
Not available

Agency & Office

Department
FEDERAL COMMUNICATIONS COMMISSION
Agency
FEDERAL COMMUNICATIONS COMMISSION
Subagency
FCC
Office
Not available
Contracting Office Address
Washington, DC
20554 USA

More in NAICS 541519

Description

AMENDMENT 2
Request for Proposals (RFP) No. 273FCC26A0001
Federal Communications Commission (FCC)

Purpose of Amendment:
The Federal Communications Commission (FCC) hereby issues Amendment 2 to RFP No. 273FCC26A0001.

Description of Changes:

  1. The Instructions to Offerors and Evaluation Criteria have been updated. Revised language is included in the attached document (highlighted for reference).
  2. The SF1449 has been amended to reflect a new Step 1 submission for Business and Relevant Experience Proposal due date of April 1, 2026.

All other terms and conditions of the solicitation remain unchanged

-----------------

Amendment I is hereby issued on February 17, 2026 to release an updated copy of Attachment II - Broadband Serviceable Location Fabric - Instructions to Offerors and Evaluation Criteria - AMENDMENT 1 and to release the FCC's responses to questions received on the attached document:  Attachment III - Broadband Serviceable Location Fabric - Questions and Answers - (FCC Responses)

Federal Communications Commission (FCC)
Request for Proposal (RFQP): Broadband Serviceable Location Fabric
Solicitation Number: 273FCC26R0001

Requirement Overview

The Federal Communications Commission (FCC) requires a contractor to develop, update, and maintain a comprehensive dataset (“Fabric”) of all locations in the United States and its territories where fixed broadband internet access service can be or is installed. This dataset will support the FCC’s Broadband Data Collection program and related statutory mandates.

Key objectives include:

  • Creating and maintaining a geospatial dataset of residential, business, and multi-use structures (Broadband Serviceable Locations, or BSLs).
  • Providing detailed information for each structure, such as unique identifiers, geographic coordinates, addresses, unit counts, and classification (residential/business/multi-use).
  • Supporting FCC mapping, challenge processes, and federal broadband funding coordination.
  • Delivering regular updates (at least every six months), quality assurance reports, and supporting challenge adjudication and technical assistance.
  • Ensuring data usage rights that allow the FCC and other stakeholders to use, publish, and share the dataset as required by law.
  • Providing project management, transition support, and technical coordination throughout the contract period.

The contract includes a base year and four option years, with specific deliverables, reporting requirements, and compliance with federal data standards and privacy protections.

Important Dates

  • Questions Due: February 9, 2026, at 4:00 PM ET
  • Step 1 Proposal Due (Business & Relevant Experience): March 4, 2026, at 4:00 PM ET
  • Step 2 Proposal Deadlines: Provided in notification letters

Submission Instructions

  • Email Questions and Proposals To:
    • James.Batten@fcc.gov
    • EAC-Proposals@fcc.gov
  • Subject Lines:
    • “RFP Number 273FCC26R0001, Broadband Serviceable Location Fabric - Questions”
    • “RFP Number 273FCC26R0001, Broadband Serviceable Location Fabric - Proposal”

Attachments

The following documents are included as attachments to this solicitation:

  1. Attachment I – Broadband Serviceable Location Fabric – PWS.pdf
  2. Attachment II – Broadband Serviceable Location Fabric – Instructions to Offerors and Evaluation Criteria.pdf
  3. Attachment III – Broadband Serviceable Location Fabric – Questions and Answers.xlsx
  4. Attachment IV – Broadband Serviceable Location Fabric – Pricing Sheet.xlsx
  5. Attachment V – Broadband Serviceable Location Fabric – 1449.pdf

Files

Files size/type shown when available.

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.