M739A1 Point Detonating/Delay (PD/DLY) Fuze
ID: W15QKN25R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

FUZES AND PRIMERS (1390)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting bids for the production of the M739A1 Point Detonating/Delay (PD/DLY) Fuze, a critical component for 105mm and 155mm artillery projectiles. The procurement aims to secure up to two contracts, one of which is reserved for small businesses, with a contract duration of five years and Firm Fixed Price (FFP) delivery orders. The M739A1 PD/DLY Fuze is essential for both training and tactical operations, utilized by the U.S. Army, U.S. Marine Corps, and SOCOM, and features a one-piece solid aluminum body with modular subassemblies for fuze functions. Interested parties must submit their proposals electronically by July 29, 2025, and can contact Michael Kline at michael.j.kline56.civ@army.mil or Jennifer Hughes at jennifer.m.hughes56.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines a Technical Data Package (TDP) related to the Fuze, PD, M739A1, designated for limited distribution to the DoD and US DoD contractors. It details specific items, including the drawing and specification numbers related to the M739A1 fuze. Included are several Engineering Change Proposals (ECPs) that reflect updates and modifications important for the contract requirements. Notable ECPs include an update to the COAI of the fuze, an optional chamber for a rotor lock pin hole in a component, and adjustments to the pallet specification using Red Maple materials. The document emphasizes the need for precise engineering documentation to support ongoing improvements and modifications to the device, ensuring compliance with military specifications. Overall, it serves to inform relevant stakeholders about critical engineering updates necessary for the development and maintenance of the M739A1 S&A device, highlighting the structured approach to managing technical requirements within a government procurement context.
    The document outlines the Quality Assurance Requirements associated with government contracts, emphasizing the roles of the Government Quality Assurance Representative (QAR) and the contractor in maintaining product quality. It details procedures for inspection, acceptance of supplies, and the potential for contractors to propose alternative defect prevention strategies to conventional sampling methods. The addendum includes guidelines for rework and repair of nonconforming materials, requiring documentation and approval from the QAR and the Contracting Officer. Additionally, it introduces stringent standards for Automated Acceptance Inspection Equipment (AAIE), Measurement System Evaluation (MSE), and Statistical Process Control (SPC). The protocol mandates comprehensive documentation and process performance studies to assure conformance to quality expectations. Furthermore, it covers the requirements for First Article Testing, Destructive Testing, and the creation of Ammunition Data Cards, reflecting the contract’s intricate nature. This structured protocol seeks to ensure that all products meet designated specifications, fostering continuous improvement and adherence to quality standards in federal procurement processes.
    This document outlines additional contract requirements for the M739A1 Point Detonating/Delay Fuze, replacing previous local clauses within the solicitation. Key sections include explosive material handling compliance, safety requirements for hazardous items, and guidelines for the release of research and development information. Contractors must adhere to the Department of the Army's safety protocols and obtain necessary approvals for hazardous materials management, site plans, and subcontracting involving explosives. Detailed safety data and incident reporting requirements are mandated to ensure safe operations. For information release, classified contracts require adherence to specific security agreements, while unclassified contracts may allow for unrestricted release by educational institutions under specific conditions, ensuring national defense information remains protected. Overall, the document serves to establish essential safety and information protocols within the government contracting framework, ensuring compliance and safeguarding both personnel and sensitive materials throughout the contract lifecycle.
    The document outlines the Data Item Description (DID) Index associated with the M739A1 PD/DLY Fuze under federal solicitation W15QKN-25-R-0002. It lists the required deliverables for the project, categorized by unique identification numbers and corresponding titles. Key items include the Acceptance Test Report (ATR), Quality Program Plan (QPP), Certification Data Report, Ammunition Data Card, and various reports pertaining to test/inspection, system evaluations, and management plans. Each item is crucial for ensuring compliance with quality, safety, and operational protocols throughout the development and production process. This structured index serves as a comprehensive guide for contractors, ensuring all necessary documentation is submitted to meet the U.S. government's requirements for weapon system components. The purpose of this document is to facilitate clear communication and compliance between federal agencies and contractors, supporting effective project execution within the parameters of federal grants and local RFPs.
    The M739A1 Fuze Hazardous Component Safety Data Statement (HCSDS) catalogues various hazardous materials used in the manufacturing of the M739A1 fuze, which includes information on explosive components, their revision history, and associated assembly details. Key entries in the document list specific substances such as Barium Nitrate, Lead Styphnate, and RDX, alongside their respective versions, dates, and applications in various fuzes. Each listed component includes an identification number, data revision status, and associated higher assembly references. The document emphasizes the safety and handling protocols for hazardous materials linked to military fuzes, serving as a critical resource for compliance, safety measures, and operational oversight. Overall, the M739A1 HCSDS serves as an essential reference in managing the risks associated with explosives in federal government contracts and grants pertaining to defense manufacturing.
    The document outlines the process for clearing technical information for public release from Picatinny Arsenal. It specifies that both Picatinny-based authors and contractors must initiate the clearance by submitting their materials for review. The clearance process ensures that the submitted content is evaluated for technical accuracy, security implications, and adherence to patent laws, among other criteria. Approval signatures are required from various level reviewers, including legal and operational security representatives. The document emphasizes the responsibility of authors and contractors to notify interested parties upon approval and manage subsequent distribution. It categorizes distribution into several types, ranging from limited (U.S. Government only) to unlimited, based on reviewer recommendations. Furthermore, it advises that contractor-submitted videotapes may necessitate a longer submission timeframe for clearance. The purpose of the clearance process is to ensure that released information complies with all relevant policy guidelines and does not disclose sensitive information.
    The document outlines the "Disclosure of Lobbying Activities" form, mandated by 31 U.S.C. 1352. This form is required for entities engaged in lobbying related to federal actions, which include contracts, grants, cooperative agreements, loans, and loan guarantees. The form requires the reporting entity to provide information such as the type and status of federal action, the name and address of both the reporting entity and prime contractor (if applicable), and details of any lobbying registrants involved. Additionally, it specifies the need for disclosures upon initiation of covered federal actions or any material changes to previous filings. The purpose of the document is to ensure transparency regarding lobbying efforts directed at influencing government actions, and it mandates public availability of the disclosed information. Furthermore, failure to file the required disclosures can result in civil penalties. The guidelines emphasize adherence to regulatory standards while providing instructions for accurately completing the form, reflecting the government's commitment to accountability in the use of federal funds.
    The document pertains to Sources Sought No. W15QKN-23-X-0XPQ, issued by the U.S. Army Contracting Command-New Jersey for the M739A1 Point Detonating/Delay (PD/DLY) Fuze. It outlines a Non-Disclosure and Non-Use Agreement (NDNUA) between the U.S. Army and recipient organizations requesting sensitive technical data necessary for responding to the pre-solicitation notice. The primary focus is the protection and restricted use of this technical data, affirming that it remains the property of the U.S. Government. Key provisions include restrictions on the use of the data solely for the intended purpose, prohibitions against sharing it with third parties, and the obligation to return all copies upon request. The recipient must also adhere to export laws and indemnify the U.S. Government against any claims arising from the use of the data. If any physical models or prototypes are provided, the recipient agrees not to reverse engineer them. Overall, the document emphasizes strict confidentiality and compliance measures designed to protect essential military technology as part of the procurement process for defense contracting under government guidelines. This reflects the federal government's commitment to safeguarding intellectual property while facilitating collaborations with external organizations.
    The Militarily Critical Technical Data Agreement (DD Form 2345) facilitates the certification of enterprises or individuals seeking access to sensitive military-related technical data in the U.S. and Canada. This document outlines the submission types—initial, revision, or renewal—and requires basic enterprise information (name, address, CAGE code) alongside the designated data custodian's contact details. A central provision ensures that the custodian is a lawful resident or citizen of either country and certifies the necessity for data in relation to U.S. or Canadian government contracts or legitimate business purposes. Key responsibilities under U.S. export control laws and regulations are emphasized, mandating compliance and restricted dissemination of the technical data access only to authorized personnel. The form mandates that the individual certifying is eligible to enter contracts and has not violated relevant laws. Final sections outline certification actions and instructions for submitting documentation to the U.S./Canada Joint Certification Office. Overall, this agreement serves to safeguard military data by ensuring only qualified entities can access and utilize it for approved purposes, reflecting a commitment to national security protocols in government contracts.
    The AMSTA-AR Form 1350 is a Technical Data Request Questionnaire aimed at collecting detailed technical information from requesters to enable compliance with Department of Defense (DoD) directives, specifically regarding the release of military critical technical data. The form requires the requester to provide identification details, proof of legitimate business interest, U.S. citizenship status, and information pertinent to the solicitation and data being requested. It highlights the need for careful consideration of any restrictive legends on documents provided to ensure compliance with conditions relating to the Arms Export Control Act and International Traffic in Arms Regulations (ITAR). Acknowledgment of these conditions is mandatory, as is the return of any documents with restrictions. The requester certifies the accuracy of their information and agrees to the outlined terms, thereby facilitating the efficient processing of their technical data request. This document serves as a critical tool in the procurement and management of sensitive defense data in line with federal regulations.
    This document details the pricing matrix and requirements for Solicitation No. W15QKN-25-R-0002, focused on the acquisition of M739A1 PD/DLY Fuzes. It outlines two production lines (CLINs) for large quantities, with various price tiers based on the quantity ordered. The provide original unit prices are calculated using a power curve formula, demonstrating significant price adjustments at distinct order quantities. The document emphasizes the necessity for offerors to specify whether their proposals depend on government property, adhering to FAR guidelines. Additionally, it includes provisions for First Article Test (FAT) pricing throughout multiple ordering periods. Offerors are instructed to fill in and submit their unit prices for production and FAT orders while adhering to specific instructions on mathematical formulations. The overall purpose of this document is to solicit competitive offers for production quantities of military-grade fuzes, establishing clear pricing guidelines while managing use of government property in respondents' proposals.
    The document is a "Certificate of Destruction," affirming the destruction of technical data provided by the U.S. Government under Solicitation W15QKN-22-R-0031. The certifying party confirms that all copies of the data, in any format (including CD-ROM and printed copies), have been destroyed, ensuring no residual information has been retained. Additionally, there is a provision for listing any subcontractors and vendors who may have received copies of the technical data. The document requires an authorized signature, company name, and contact information to validate the certification. This certificate is vital for compliance with government regulations regarding sensitive information and data security, particularly in the context of federal Request for Proposals (RFPs) and grants, underscoring the importance of safeguarding proprietary or classified information against unauthorized dissemination.
    The U.S. Army Contracting Command—New Jersey is soliciting evaluations of Offerors' past performance as part of the competitive source selection for RFP W15QKN-25-R-0002. Offerors are required to provide information regarding their previous work on relevant government contracts to help assess their suitability for federal contracts. The assessment aims to gather valuable insights into contractors' abilities in compliance, project management, timeliness, and customer satisfaction by completing a detailed Performance Assessment Questionnaire. The ratings range from "Substantial Confidence" to "No Confidence," reflecting varying levels of contractor performance. Respondents must provide rationale for their ratings, submit any additional relevant comments, and identify further information sources about the Offeror’s past efforts. The completed questionnaire should be returned to the specified contacts within 15 days, indicating the urgency and importance of the evaluation in the contracting process. Through this assessment, the Army aims to ensure that selected contractors can effectively meet contractual requirements and address the interests of end-users.
    The document is a Certificate of Destruction related to the destruction of technical data provided by the U.S. Government under Solicitation W15QKN-25-R-0002, concerning the M739A1 Point Detonating/Delay Fuze. It certifies that all copies of the data, in any format including CD-ROM and printed forms, have been destroyed and confirms that no copies have been retained. The certificate requires an authorized signature along with the company name and address, reinforcing accountability in the handling of sensitive government information. Additionally, there is a section for listing any subcontractors or vendors who received the technical data, ensuring that the chain of custody is transparently documented. This document underscores the importance of information security within government procurement processes, particularly concerning sensitive military technology.
    The document provides instructions for accessing a PDF portfolio, specifically mentioning compatibility with Adobe Reader X or later versions. It emphasizes that optimal viewing and functionality are achieved by using the specified software. While lacking specific content on RFPs, grants, or governmental initiatives, it sets a foundational context for understanding documents related to federal and local funding opportunities. The emphasis on technical requirements and user experience hints at the importance of maintaining efficient access to governmental documents, which are vital for organizations seeking grants or responding to proposals. Overall, the document underlines the necessity of using appropriate technology to engage with federal and local initiatives.
    The document outlines Amendment 0001 to Solicitation W15QKN-25-R-0002, issued by Army Contracting Command - NJ, aimed at notifying contractors of changes to the solicitation and contract process. Key updates include an extension of the solicitation response date from July 14, 2025, to July 29, 2025, and revisions to the Small Business Program Representation clause, enhancing clarity for women-owned small businesses. It specifies adjustments in proposal submission requirements and highlights the necessity for offerors to submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) platform. The amendment mandates comprehensive proposal details across multiple volumes, emphasizing technical capabilities, past performance, pricing, and small business participation. Notable is the requirement for a detailed Manufacturing Plan for the production of a specific item, underscoring quality assurance and safety. All other terms of the solicitation remain unchanged, indicating continued adherence to previous guidelines. This amendment reaffirms the government's commitment to fostering small business participation and maintaining rigorous proposal evaluation standards.
    The government document is an amendment to the solicitation for a firm-fixed-price contract related to the production of the M739A1 PD/DLY Fuze. The primary purpose of the amendment is to update Section L of the solicitation, specifically regarding the calculation of percentages using the proposed total contract price for evaluating Small Business Participation. The key modifications provide clarity on the determination of this price and the evaluation of participation metrics for first-tier subcontractors. The proposal submission process outlines detailed requirements, emphasizing that electronic submissions must comply with the solicitation's formatting and content guidelines. Offerors are instructed to submit multiple volumes, each focusing on different aspects, such as technical capability, past performance, pricing, small business participation, and required certifications. The document also stresses the importance of complying with federal regulations concerning small business utilization and mandates that Offerors provide extensive documentation to justify their proposed commitments to small business subcontracting. This amendment reinforces the government's commitment to fair contracting practices and small business participation in government acquisitions, reflecting broader goals of fostering economic inclusivity and competitive fairness in federal contracts.
    The U.S. Army Contracting Command - New Jersey is soliciting bids for the production of the M739A1 Point Detonating/Delay (PD/DLY) Fuze, a critical component for 105mm and 155mm artillery projectiles. This solicitation is limited to U.S. and Canadian firms, with ambitions for the awarding of up to two contracts, one of which is reserved for small businesses. The contracts will span five years and feature Firm Fixed Price (FFP) delivery orders. Offerors must submit detailed pricing in a provided matrix for each of the five ordering periods as well as first article tests (FAT) and associated deliverables. Key evaluation factors include technical performance, past experience, pricing, and small business participation. The solicitation outlines rigorous quality management and inspection requirements to be followed throughout the production process, ensuring safety and performance standards are strictly met. Additionally, the contractors must recognize oversight responsibilities, including access rights for government audits and compliance with security protocols. The document serves as a proposal request for contractors to respond to specifications and requirements set forth by the Army in support of ammunition systems, underlining the need for robust quality assurance and regulatory compliance in procurement practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    59--FUSE,CARTRIDGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of FUSE, CARTRIDGE, with National Stock Number (NSN) 5920005013941. The solicitation involves a quantity of 409 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of 61. These items are critical components in electrical and electronic equipment, and they will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    59--FUSE,CARTRIDGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 460 units of FUSE, CARTRIDGE (NSN 5920002804428). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of 69 units. These items are critical components in electrical and electronic equipment, and they will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    59--FUSE,CARTRIDGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of cartridge fuses under solicitation number NSN 5920005032203. The requirement includes a quantity of 230 units, with delivery expected within 87 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These fuses are critical components used in various electrical and electronic equipment, underscoring their importance in military applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--FUSE,CARTRIDGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 963 units of a cartridge fuse (NSN 5920000600930). This solicitation is classified as a Qualified Products List (QPL) item, indicating that only products meeting specific military standards will be considered. The fuse is critical for electrical and electronic equipment components, ensuring reliability and safety in military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 279 days after the award date.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the production of the 155mm HE Advanced Submunitions, designated as the XM1208 projectile. This procurement aims to establish a domestic production capability for the XM1208, which is intended to enhance U.S. ground forces' effectiveness in engaging targets, particularly in personnel and light materiel missions, while complying with Department of Defense cluster munition policies. Interested parties must demonstrate their production capabilities, including monthly delivery rates, facility specifications, and quality assurance measures, and submit their responses by 0900 ET on December 22, 2025, to the designated contacts, John C. Scott Jr. and Cameron Sacco, via email. All submissions will be treated confidentially and at no cost to the government.
    59--FUSE,INCLOSED LINK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 84 units of an enclosed link fuse, identified by NSN 5920014789695. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum order total of $350,000, and a guaranteed minimum quantity of 12 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable electrical components in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
    59--FUSE,CARTRIDGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of cartridge fuses, specifically NSN 5920000040274, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of 676 units to be delivered within 130 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. These fuses are critical components in electrical and electronic equipment, and the solicitation is open to all responsible sources, with a guaranteed minimum quantity of 101 units. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil.
    Sources Sought for Mild Detonating Cord/Fuze
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.
    Ceiling Increase- FMU-139D/B Fuze Production Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to increase the ceiling of an existing contract for the production of FMU-139D/B fuzes and accessory kits. This modification aims to accommodate an increased demand for these items, which are critical for both domestic military operations and foreign military sales, ensuring that the United States Navy and Air Force can meet their operational requirements. The contract modification, anticipated to be awarded by the second quarter of Fiscal Year 2027, involves an increase of $93.94 million to the existing contract ceiling, which will cover the final ordering period expiring on June 17, 2028. Interested parties may contact Kevin Simone or Lauren Ivancik via email for further information, although this notice is not a request for proposals and does not guarantee any contract awards.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.