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 DocumentsA 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, Codeium, Mabl) 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:
- Company Information (Name, CAGE, UEI, Small Business Status).
- Experience with small development teams (5 or fewer members).
- Approach to integrating AI development tools into the SDLC.
- Policies for ensuring Federal AI security and compliance (FedRAMP, CUI).
- Representative resumes for the three key pod roles.
- 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 Lead | Annual Salary | 1 | $220,000 | $220,000 |
BA / Scrum Master | Annual Salary | 1 | $180,000 | $180,000 |
Front-End Lead / UX | Annual Salary | 1 | $190,000 | $190,000 |
Subtotal Direct Labor | $590,000 | |||
AI Tooling (ODC) | ||||
Codeium / Windsurf | Seat/Month | 3 | $50 | $1,800 |
Smartsheet Gov | Seat/Month | 1 | $100 | $1,200 |
Jira w/ Atlassian Intel. | Seat/Month | 3 | $30 | $1,080 |
Subtotal ODCs | $4,080 | |||
Indirect Costs | ||||
Overhead @ 35% of Labor | Rate | $206,500 | ||
G&A @ 15% of Total | Rate | $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 |
---|---|---|---|---|---|
0001 | AI-Augmented Development Pod - Base Year | 12 | Months | ________ | ________ |
1001 | AI-Augmented Development Pod - Option Year 1 | 12 | Months | ________ | ________ |
2001 | AI-Augmented Development Pod - Option Year 2 | 12 | Months | ________ | ________ |
3001 | AI-Augmented Development Pod - Option Year 3 | 12 | Months | ________ | ________ |
4001 | AI-Augmented Development Pod - Option Year 4 | 12 | Months | ________ | ________ |
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)
- 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.
- Factor 2: Key Personnel: Significantly more important than Past Performance. Evaluates the extent to which proposed personnel meet or exceed PWS requirements.
- Factor 3: Past Performance: The least important non-price factor. Assesses confidence based on recent and relevant past performance.
- Factor 4: Price: Evaluated for reasonableness but not scored.