Call for Solution - AI-Enabled Software Development Coding Capabilities
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 Army, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) and the Chief Digital and Artificial Intelligence Office (CDAO), has issued a Call for Solution for AI-Enabled Software Development Coding Capabilities. This initiative seeks commercially mature, innovative tools to equip Department of War (DoW) software developers with advanced AI assistance, matching or exceeding commercial sector capabilities for national defense missions. Solutions must support enterprise-scale deployment and meet stringent security requirements. Solution Briefs are due March 6, 2026, at 2:00 PM EST.
Scope of Work & Requirements
The DoW is seeking AI-powered tools for software development, focusing on two modalities:
- IDE-Based Coding Assistance: AI integration into existing code editors (e.g., code completion, generation, inline chat, code review).
- CLI-Based Agentic Coding: AI tools for autonomous, multi-step coding tasks in the terminal (e.g., generation, testing, debugging, refactoring).
Required Attributes include deployment in DoW Impact Level 5 (IL5) environments, capability to achieve FedRAMP High authorization and DISA IL5 Provisional Authorization (PA), enterprise deployment for tens of thousands to 100,000 users, support for common developer operating systems, and strict data handling (customer source code not used for model training or retained unnecessarily). Solutions must also offer usage metrics, enterprise administration, and be commercially available and actively used by enterprise customers. Initial Operational Capability (IOC) is expected within 90 days of award.
Contract & Timeline
- Type: This Call for Solution utilizes Commercial Solutions Opening (CSO) procedures. The Government intends to award Firm-Fixed-Price (FFP) contracts under FAR Part 12 or Other Transaction (OT) for Prototype Projects.
- Submission Deadline (Solution Brief): March 6, 2026, at 2:00 PM EST.
- Published Date: March 4, 2026.
Eligibility & Set-Aside
While no specific set-aside is designated, offerors must possess a Unique Entity ID (UEI) and be registered in SAM.gov. Offerors must accurately represent their small business size and status. For prototype projects, the "Affirmation of Business Status Certification" (Attachment 1) is critical, requiring prime offerors to explain how they meet 10 USC 4022(b)(d) regarding significant participation by Nontraditional Defense Contractors (NDCs), Nonprofit Research Institutions (NRIs), or small businesses, or through non-Federal cost sharing.
Submission & Evaluation
The submission process is multi-phased, beginning with a Solution Brief, followed by an optional Pitch, and then a Solution Proposal. Offerors must advise the Contracting Office of their intent to submit via a Microsoft Forms link found in the SAM.gov posting. Late submissions will not be evaluated. Phase 1 (Solution Brief) evaluation criteria include Technical Merit (primary), Schedule, and Viability.
Key Clarifications
The Government anticipates a phased delivery approach and does not require specific labor categories/rates for Rough Orders of Magnitude (ROMs), which should be detailed with clear assumptions. Air-gapped deployment is a desired, not required, attribute for initial deployment.