Streamlining AI-Augmented Software Procurement - Westport Partners

A Streamlined Acquisition Strategy

For Next-Generation, AI-Augmented Software Development Services. This package provides a complete, low-risk pathway to acquire innovative services in full compliance with the Federal Acquisition Regulation (FAR).

View Documents

A Transformative Approach to Software Acquisition

This memorandum and the accompanying procurement package introduce a transformative approach to acquiring custom software development services. The proposed model, centered on small, elite "AI-Augmented Development Pods," offers a direct response to government-wide mandates for increased efficiency, accelerated delivery, and the secure adoption of Artificial Intelligence (AI) as outlined in the White House Executive Order on AI and supported by FedRAMP's prioritization of AI development tools.

The Core Shift: From Headcount to AI-Amplified Productivity

Traditional, large software teams often struggle with communication overhead, complex dependencies, and slow delivery cycles. In contrast, the AI-Augmented Development Pod is a compact, three-person unit of highly experienced, senior practitioners whose productivity is amplified by a suite of FedRAMP-compliant AI assistants. This model has demonstrated the potential to achieve productivity gains of 2-5x over conventional teams.

Recognizing the challenges of procuring innovative services within the federal acquisition framework, we have developed the enclosed package of pre-drafted documents to provide a complete, streamlined, and low-risk pathway for your agency.

The Value Proposition is Clear and Measurable

Significant Cost Reduction

Reduce total project costs by 50-60% compared to a traditional 7-9 person Scrum team.

Accelerated Value Delivery

Reduce key "flow" metrics like Cycle Time by up to 50%, deploying capabilities twice as fast.

Improved Quality & Security

Free human experts to focus on architectural integrity and complex problem-solving by automating routine tasks.

The AI-Augmented Pod: Staffing Details

Our model is built on compact, hyper-efficient pods of elite practitioners whose capabilities are amplified by AI. Below are the detailed role requirements necessary for success.

Pod Roles & Minimum Qualifications

Role Minimum Experience Required Skills Redefined Responsibilities in AI-Augmented Model
Business Analyst / Scrum Master 10+ years Expert-level business analysis, Scrum/Agile facilitation, stakeholder management, AI tool literacy. Acts as the human-centric facilitator and organizational navigator. Offloads administrative tasks (e.g., meeting transcription, backlog grooming drafts) to AI to focus on high-value human interaction: complex impediment removal, stakeholder negotiation, and coaching the team on the ethical and effective use of AI tools.
Full-Stack Tech Lead / Architect 10-15+ years Expert-level system architecture, Java, microservices, Angular, AWS DevOps (CI/CD, IaC), secure coding practices, and advanced AI prompt engineering. Serves as the "AI Orchestrator" and ultimate quality gatekeeper. Shifts from being the primary coder to guiding, validating, and integrating AI-generated code. Is accountable for the overall architectural integrity, scalability, maintainability, and security of the entire software solution.
Front-end Lead / UX Guardian 8-12+ years Expert-level Angular, modern UI/UX principles, design systems implementation, and WCAG 2.1 AA accessibility standards. Acts as the "UX Guardian" and "co-creator with AI." Orchestrates AI agents to rapidly generate UI components, then applies expert judgment to review, optimize, and integrate them. Ensures absolute design fidelity, flawless user experience, and strict adherence to accessibility standards for everything the user interacts with.

The Complete Procurement Package

The following documents provide a complete, streamlined, and low-risk pathway for your agency to acquire these services in full compliance with the FAR.

Part I: Request for Information (RFI)

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes in accordance with FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue one in the future.

A. Description

The agency is seeking information from industry on the availability of innovative software development services that leverage small, highly experienced, Artificial Intelligence (AI)-augmented teams. The Government is exploring alternatives to traditional, large-team Agile development models to achieve significant improvements in delivery speed, software quality, and cost-effectiveness.

B. Background

The agency is responsible for modernizing and maintaining a large portfolio of mission-critical software applications. Current development efforts often rely on conventional Agile Scrum teams of 7-9 personnel. While functional, this model can be subject to challenges including high coordination overhead, long lead times, and significant labor costs. In alignment with federal initiatives to adopt secure and trustworthy AI, the agency is conducting market research to identify next-generation service models that can deliver superior outcomes more efficiently.

C. Scope of Interest

The Government is specifically interested in a service model characterized by compact, hyper-efficient pods of elite practitioners whose capabilities are amplified by AI. Key concepts include:

  • Three-Person Pod Structure: Self-sufficient teams composed of a BA/Scrum Master, a Full-Stack Tech Lead, and a Front-End Lead.
  • Elite Senior Practitioners: Personnel with 8-15+ years of experience who serve as "AI Orchestrators."
  • Mandatory FedRAMP-Compliant AI Toolchain: Use of an integrated set of AI tools (e.g., GitHub Copilot, Roo, Mabl, etc.) for code generation, testing, and security.
  • Outcome-Focused Metrics: Performance measurement based on "flow" metrics like Cycle Time, Lead Time, and Defect Escape Rate.

D. Requested Information

Interested parties are requested to submit a response, not to exceed 10 pages, addressing:

  1. Company Information (Name, CAGE, UEI, Small Business Status).
  2. Experience with small development teams (5 or fewer members).
  3. Approach to integrating AI development tools into the SDLC.
  4. Policies for ensuring Federal AI security and compliance (FedRAMP, CUI).
  5. Representative resumes for the three key pod roles.
  6. Comments on the viability of outcome-focused performance metrics.

Part I: Independent Government Cost Estimate (IGCE) Guide

1. Introduction

This guide provides a framework for developing a realistic IGCE for the unique AI-Augmented Agile Pod service model. A standard IGCE approach based on typical developer labor rates is insufficient. This model's value is derived from the combination of elite-level human talent and AI force multipliers, which yields significant total project cost savings despite higher individual labor costs.

2. Recommended Estimation Methodology

A dual-methodology approach is recommended: Top-Down "Comparison Estimating" (Primary Method) and Bottom-Up Detailed Buildup (Validation Method).

  • Top-Down: Baseline a traditional 7-9 person team's cost, then apply a 50-60% efficiency reduction factor to estimate the total price for the pod-based service. This establishes the overall value and savings justification.
  • Bottom-Up: Perform a detailed cost buildup based on market rates for elite, senior-level practitioners (10-15+ years experience), not standard developer rates. Include direct costs for the FedRAMP-compliant AI tool suite (ODCs) and standard indirect rates for Overhead and G&A.

IGCE Template: Sample Annual Cost Buildup for One AI-Augmented Pod

Cost Element Unit Quantity Unit Cost (Notional) Total Annual Cost
Direct Labor (Based on elite, senior-level talent)
Full-Stack Tech LeadAnnual Salary1$220,000$220,000
BA / Scrum MasterAnnual Salary1$180,000$180,000
Front-End Lead / UXAnnual Salary1$190,000$190,000
Subtotal Direct Labor$590,000
AI Tooling (ODC)
AI Coding AssistanceSeat/Month3$50$1,800
Smartsheet GovSeat/Month1$100$1,200
Jira w/ Atlassian Intel.Seat/Month3$30$1,080
Subtotal ODCs$4,080
Indirect Costs
Overhead @ 35% of LaborRate$206,500
G&A @ 15% of TotalRate$119,937
Subtotal Indirects$326,437
Total Estimated Cost$920,517
Fee/Profit @ 10%Rate$92,052
Total Estimated Price$1,012,569

Part II: Request for Proposal (RFP) - Section B

Section B: Supplies or Services and Prices/Costs

The contractor shall provide the services specified in Section C, Performance Work Statement. This is a Firm-Fixed-Price (FFP) contract. The price for each Contract Line Item Number (CLIN) shall be inclusive of all direct labor, indirect costs, materials, AI tooling licenses, and fee/profit required for performance.

Note: This pricing structure is a "capacity-based" approach. By pricing the integrated output of the "Pod-Month" rather than individual labor hours, the contract focuses on the total value and capability being delivered.

Table B-1: CLIN Structure

CLIN Description QTY Unit Unit Price Total Price
0001AI-Augmented Development Pod - Base Year12Months________________
1001AI-Augmented Development Pod - Option Year 112Months________________
2001AI-Augmented Development Pod - Option Year 212Months________________
3001AI-Augmented Development Pod - Option Year 312Months________________
4001AI-Augmented Development Pod - Option Year 412Months________________
Total Estimated Value (Base + All Options)________

Part II: Request for Proposal (RFP) - Section C

Section C: Performance Work Statement (PWS)

1.0 Objective

To acquire one or more self-sufficient, AI-augmented software development "pods" to provide full SDLC services, delivering high-quality, secure software with greater velocity and at a lower total cost of ownership.

2.0 Scope

The Contractor shall provide all personnel, expertise, management, and tools to operate stable, three-person AI-augmented development pods responsible for analysis, design, development, testing, security, deployment, and maintenance of software applications.

3.0 Specific Tasks

Task 1: AI-Augmented Pod Composition and Staffing. The contractor shall provide stable, dedicated pods with 100% allocated members, with roles as defined in the Staffing section above.

Task 2: AI-Augmented Agile Delivery Process. The contractor shall implement an Agile methodology adapted for a three-person, AI-driven pod, including modified ceremonies (e.g., stand-ups focused on AI collaboration) and new rituals (e.g., Prompt Engineering Reviews, AI Governance Check-ins).

Task 3: Security and Compliance. All development must occur in the Government-Furnished AWS GovCloud environment. The contractor shall provide and use a suite of AI tools that are, at a minimum, FedRAMP Ready or Authorized. The use of unapproved "Shadow AI" is strictly prohibited.

Task 4: Performance Management and Reporting. Performance will be measured against outcome-focused objectives. The contractor shall provide a Monthly Performance Report.

4.0 Performance Requirements Summary

Performance Objective Performance Standard Acceptable Quality Level (AQL)
Productivity Deliver value efficiently from concept to deployment. Cycle Time: 50% reduction from baseline. Deployment Frequency: 2+ per week.
Quality Deliver high-quality, reliable, and maintainable software. Defect Escape Rate: 25% reduction from baseline. Test Coverage: >90%.
Security Deliver secure software compliant with Government standards. Zero Critical/High vulnerabilities in production.
Cost-Effectiveness Deliver exceptional value for the cost invested. Cost per Feature: 60-70% reduction compared to traditional team baseline.

Part II: Request for Proposal (RFP) - Section L

Section L: Instructions, Conditions, and Notices to Offerors

L.1 General Instructions

This acquisition is a total small business set-aside under FAR Part 19. Proposals shall be submitted electronically by the date and time specified on the SF 1449. Failure to conform to these instructions may result in rejection without evaluation.

L.2 Proposal Format and Content

Offerors shall prepare their proposal in four (4) separate volumes:

  • Volume I: Technical Approach (20-page limit): Must detail the approach to execution, specifically addressing the nuances of the AI-Augmented Pod model. Must include:
    • Approach to Human-AI Collaboration (prompt engineering, review process).
    • Risk Mitigation Strategy for Key-Person Dependency and AI Over-reliance.
    • Performance Management Plan for measuring and reporting on KPIs.
  • Volume II: Key Personnel (No page limit for resumes): Submit resumes for the three key roles, demonstrating they meet or exceed the minimum qualifications in PWS Table C-1.
  • Volume III: Past Performance (5-page limit per reference): Provide up to three relevant past performance references from the last three years.
  • Volume IV: Price: Complete the pricing schedule in Section B. No narrative is required.

Part II: Request for Proposal (RFP) - Section M

Section M: Evaluation Factors for Award

M.1 Basis for Award

This is a competitive, best value tradeoff source selection (FAR 15.101-1). The non-price factors, when combined, are significantly more important than price. The Government may award to a higher-priced offeror if their proposal is determined to be technically superior.

M.2 Evaluation Factors (Descending Order of Importance)

  1. Factor 1: Technical Approach: The most important non-price factor. Evaluates the understanding of the AI-Augmented Pod model, human-AI collaboration strategy, and risk mitigation.
  2. Factor 2: Key Personnel: Significantly more important than Past Performance. Evaluates the extent to which proposed personnel meet or exceed PWS requirements.
  3. Factor 3: Past Performance: The least important non-price factor. Assesses confidence based on recent and relevant past performance.
  4. Factor 4: Price: Evaluated for reasonableness but not scored.

Making Procurement Easy

This section provides guidance for acquisition personnel to streamline procuring our AI-Augmented Pod service through common IDIQ contract vehicles.

Labor Category (LCAT) Mapping Guide

To simplify sourcing and price analysis, our specialized pod roles can be mapped to standardized LCATs on major government-wide contracts.

GSA Multiple Award Schedule (MAS) IT Services (SIN 54151S)

Pod RoleRepresentative GSA MAS LCATJustification
Full-Stack Tech Lead / Architect Systems Architect – III or Subject Matter Expert - Sr. These categories are defined by responsibility for high-level technical planning, solving complex problems, and providing expert consultative support.
Business Analyst / Scrum Master Project Manager – I or Consultant – III These LCATs emphasize leadership, interfacing with government management, and directing tasks.
Front-End Lead / UX Guardian Senior Applications Engineer or Business Analyst – III This combination captures the dual responsibility for technical implementation and user-centric quality.

Alliant 2 Government-Wide Acquisition Contract (GWAC)

Pod RoleAlliant 2 LCAT (Labor ID #)Justification
Full-Stack Tech Lead / Architect SME - Computer Systems Engineer/Architect (194) Functional description is a precise match for the AI Orchestrator role, focusing on designing and developing solutions to complex application problems.
Business Analyst / Scrum Master SME - Information Technology Project Manager (284) This SME category is defined to plan, initiate, and manage IT projects, serving as the liaison between business and technical aspects.
Front-End Lead / UX Guardian Senior Software Developer, Applications (313) Functional description includes analyzing user needs to develop software solutions and designing software for client use.

IDIQ Ordering Guide

Federal acquisition policy favors using existing IDIQ contracts for speed and efficiency. The following outlines the streamlined ordering procedures for popular vehicles.

GSA Multiple Award Schedule (MAS) Ordering (FAR Subpart 8.4)

  1. Conduct Market Research: Use GSA eLibrary to identify contractors under SIN 54151S with LCATs aligning to our roles.
  2. Prepare RFQ: Develop a Statement of Work (SOW) based on our PWS and include clear evaluation criteria.
  3. Issue RFQ: Post the RFQ to GSA's eBuy system to ensure fair opportunity.
  4. Evaluate & Place Order: Evaluate quotes against RFQ criteria, make a best value determination, and place a task order.

Alliant 2 GWAC Task Order Guide (FAR 16.505)

  1. Ensure DPA: The Ordering Contracting Officer (OCO) must have a valid Delegation of Procurement Authority (DPA) from GSA.
  2. Market Research & Scope Review: Identify Alliant 2 primes. We highly recommend submitting the PWS to the Alliant 2 Program Office for a free, expedited scope compatibility review.
  3. Issue Task Order Request (TOR): The OCO must issue the TOR to all Alliant 2 prime contractors to ensure a fair opportunity.
  4. Evaluate & Award: The OCO evaluates proposals based on the TOR criteria and awards a task order to the offeror representing the best value.

WESTPORT PARTNERS

Transforming Government Software Development.

© 2025 Westport Partners. All Rights Reserved.