Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 003-16-14558
RESOLUTION NO.003-16-14558 A Resolution authorizing the City Manager to purchase tactical gear for the Tactical Response Team from Federal Eastern International,Inc. WHEREAS,the police department needs tactical gear to include ballistic vests,ballistic helmets, breaching tools and shields for the Tactical Response Team;and, WHEREAS,the Tactical Response Team needs body armor vests to properly safeguard officers involved inhighrisk operations;and, WHEREAS,this purchase will be made utilizing the list of vendors,including Federal Eastern International,Inc.("Federal"),that were approved for the Florida State Body Armor Contract #680-850- 11-1;and WHEREAS,Federal's prices are higher than some of the other vendors,it was found by the Police Department that the vests manufactured by Point Blank and sold solely by Federal were fitted to individual officers and provided numerous improved options such asamolly system which improves fit and wear and a shoulder relief system which assists with officer fatigue.These features were not available with the vests sold by the other vendors on the Florida State Body Armor Contract list of awarded vendors;and WHEREAS,the Mayor and City Commission authorize the City Manager to purchase the described tactical equipment inan amount not to exceed approximately $34,000 utilizing budgeted funds from the Police Uniforms Account. NOW THEREFORE BEIT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT; Section 1.TheCity Manager is hereby authorized to purchase body armor vest fromFederal Eastern International for the TacticalResponseTeaminan amount notto exceed approximately $34,000 utilizing account 001-1910-521-5220 Uniforms. Section 2.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this5th day ofJanuarv .2016. TEST:APPROVED: MUM A. MAYOR COMMISSION VOTE:5-0 Mayor Stoddard:Yea Vice Mayor Harris:Yea Commissioner Edmond:Yea Commissioner Liebman:Yea Commissioner Welsh:Yea South*1 Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To:The Honorable Mayor &Members of the City Commission From:Steven J.Alexander,City Manager Date:January 5,2016 Agenda Item No. Subject: Background: Amount: Account: Attachments: JO A Resolution authorizing the City Manager to purchase tactical gear for the Tactical Response Team from the Federal Eastern International,Inc. Due to recent national events involving both terrorist and active shooter situations,the Police Department recognized the importance and necessity ofhavinga team ofspecially trained officerstodealwith these types of highrisk situations and rescue operations.A Tactical.Response Team (T.R.T.)was created adhering to The Commission forFloridaLaw Enforcement Accreditation (C.F.A.)and National Tactical Officers Association standards and guidelines.The team is comprised of members from both the Operations and Administration Bureaus.This team receives specialized and extensive training in the area of tactics,rescue,andhigh risk situations.The T.R.T.mayalso be responsible to serve search warrants and respond to highrisk situations.The team is currently completing numerous training programs to achieve its objectives.The team needs upgraded ballistic vests,ballistic helmets,breaching tools and shields. The described equipment will provide the Tactical Response Teamwith the latest safety equipment forhighrisk operations.This purchase willbe made utilizing the Florida State BodyArmor Contract #680-850-11-1. Approximately $34,000* Police Uniform account 001-1910-521-5220. Resolution with and without numbers,Federal Eastern International Quote. QUOTATION Quote Date:##### Quote Title:Tactical Equipment Contact:Officer A.Alvarez Customer Nam South Miami PD Address: Phone Number Fax Number: Email Address:Aalvarez@southmiamifl.gov Quantity 7 8 8 8 8 8 7 Item Number /Item Description FTOC Base Vest with KXPIIIA NIJ .06Ballistics(RG), Includes (2)ID Panels HALOMOLLE Outer Cummerbund System (RG) FTOC Bicep Protectors with KXPIIIA Ballistics(RG) FTOC Diamond Groin MOLLE with KXPIIIA Ballistics (RG)T Size LG FTOC Shoulder (Trapezius)Set with KXPIIIA ballistics MOLLE4 Pouch Set (RG) Paraclete HLMH106000 HELMET,PTH-IIIA,MID,NIJ IIIA V50 2130 (RG)with MSS,Rails &shroud 30025-01 Paraclete Speed PlatePlus,multi curve 10x12 Phalanx Shield 24x36 withVP,level III rifle rated 5HL509SCVP BELLATOR shield 24x36 withVP,level IIIA 5.11 Multibreacher ltem#50094 Unit Price Line Total $1,086.00 $7,602.00 $235.00 $1,880.00 $219.00 $1,752.00 $131.00 $1,048.00 $63.00 $504.00 $125.00 $1,000.00 $602.00 $4,214.00 $414.00 $6,624.00 $6,408.00 $6,408.00 $1,709.00 $1,709.00 $290.00 $290.00 5.11GryphonBreak 'N Rake49.5inltem#50336$335.00$335.00 5.11 Medium Ram ltem#50358 $490.00 $490.00 TOTAL: wrwUntynHrwr Comments:Shipping is included per FL state body armor contract #680-850-11-1 Delivery Time:30 Days Form Number:F-720-10B DCR Number:08-118 Payment Term:Net 30 Freight Terms:FOB Destination Validity Date:60Days Quoted By:Austin Downing Thank youforallowingFederal Eastern International,Inc.toprovideyouwitha quote,if yourequirefurther assistance,or have anyadditional questions,please contact usat: 751 Pinellas Bayway,Suite 106 St.Petersburg,FL 33715 Telephone Number 727-827-2997 Fax Number:727-954-8804 Website:www.fedeastintl.com MiamiDadeLocation:9024 NW 25th St,DoralFL,33172 *Broward County Location;9N State Road 7,Plantation,FL Form Number F-720-1 OB DCR Number:08-118 al t e r n a t i v e s to t h i s f o r m . _ _ _ _ _ _ _ _ So l i c i t a t i o n Ti t l e : Bo d y A r m o r So l i c i t a t i o n Nu m b e r : 1T B No . 14 - 6 8 0 - 8 5 0 - O So l i c i t a t i o n Re s p o n s e s Du e : We d n e s d a y , Ja n u a r y 12 , 2 0 1 1 - 2 : 0 0 P M E S T Po s t i n g N o t i c e o f I n t e n t t o A w a r d : Pr o m : T u e s d a y , J a n u a r y 18 , 2 0 1 1 - 2 : 0 0 P M E S T To : Fr i d a y , Ja n u a r y 21 , 2 0 1 1 - 2: 0 0 PM E S T Ag e n c y Pe r s o n n e l : Op e n e d by : Ma r k L o v e l l , Pu r c h a s i n g An a l y s t Ta b u l a t e d by : Ma r k Lo v e l l , Pu r c h a s i n g An a l y s t Ve r i f i e d b y : G r e g o r y Hi l l , Pu r c h a s i n g S p e c i a l i s t Th e S t a t e o f Fl o r i d a , De p a r t m e n t of Ma n a g e m e n t Se r v i c e s , ha s po s t e d a N o t i c e o f In t e n d e d Aw a r d . An y pr o t e s t co n c e r n i n g th i s ag e n c y de c i s i o n mu s t be ti m e l y re c e i v e d by t h e Ag e n c y Cl e r k at: De p a r t m e n t o f Ma n a g e m e n t Se r v i c e s Ag e n c y C l e r k 40 5 0 Es p l a n a d e Wa y , S u i t e 16 0 Ta l l a h a s s e e , F L 32 3 9 9 - 0 9 5 0 Th e f o l l o w i n g B i d Ta b u l a t i o n id e n t i f i e s v e n d o r s aw a r d e d . N O T E S : A c e l l w i t h a h i g h l i g h t e d b a c k g r o u n d i n t h e t a b u l a t i o n b e l o w i n d i c a t e s a n a w a r d e d it e m . Re s p o n s e s de t e r m i n e d to n o t b e ac c e p t a b l e ar e in d i c a t e d by a"N o " in t h e Aw a r d co l u m n , an d re s p o n s i v e n e s s is s u e s ar e Id e n t i f i e d by No t As Sp e c i f i e d (N A S ) co d e nu m b e r s ) . Th e ex p l a n a t i o n as s o c i a t e d wi t h ea c h co d e nu m b e r is li s t e d be l o w th e ta b u l a t i o n . An y al t e r n a t e re q u i r e m e n t s , sp e c i f i c a t i o n s , te r r a s , co n d i t i o n s , an d do c u m e n t s / f o r m s su b m i t t e d as p n r t o f a Re s p o n s e ar e n o t ac c e p t e d , Fi n a l aw a r d is co n t i n g e n t on co m p l e t i o n an d su b m i s s i o n of a co n t r a c t si g n a t u r e pa g e , De p a r t m e n t au t h o r i z e d co n t r a c t pr i c e li s t , co m p l e t i o n an d su b m i s s i o n of My F l o r i d a M a r k e t P l a c e el e c t r o n i c ca t a l o g , an d co m p l i a n c e wi t h Tr a n s a c t i o n Fe e re q u i r e m e n t s (i f np p l k a b l e ) . Th e De p a r t m e n t re s e r v e s th e r i g h t t o ap p r o v e fi n a l pr o d u c t li s t s an d t o ex c l u d e it e m s n o t i n sc o p e . ;'§Ma^ufa^ferfe Armor Express Northgear First Choice Armor ForceOne Point Blank GH Armor Systems PACA Protective Products Enterprises American Body Armor (ABA) Second Chance Body Armor Savvy Armor for Women Protech Tactical Survival Armor U.S.Armor NAS CODES Buffers USA,Inc.0.0%No NASI NAS 1 Respondent offered product atno discount from MSRP.Reference Section3.9 (Evaluation Criteria)and3.10(Basisfor Award). NAS 2 Respondent took exception to portions ofITB Sections 2.9,3.4,3.12.1,3.12,4,3.12.5,4.4,5.4 and 6.10 as part oftheir Response.Reference Section 3.9 (Evaluation Criteria). NAS 3 Discount percentages offered not accepted In thebestInterest oftheState ofRorida.Reference Section 3.9(Evaluation Criteria)and3.10 (Basis forAward). AMENDMENT NO.2 Renewal No.2 State Term Contract 880-B5Q-11-1 Body Armor (Protective Vests) This Amendment No.2(Amendment),iseffective January 30,2015,totheStateTerm Contract for BodyArmor (Protective Vests),No.880-850-11-1 (Contract),effective betweenthe Stateof Florida,Departmentof Management Services (Department)and Point Blank Enterprises,Inc.(Contractor).Departmentand Contractor are collectively referred toherein as the "Parties."All capitalized terms used herein shall have the meaningassignedtothemin the Contract,unless otherwise defined herein. WHEREAStheContractwas originally enteredon January 30,2011 withthe Contractor forthe provision ofbodyarmor(protectivevests),andisscheduledtoexpireonJanuary 29,2015;and WHEREASuponmutual agreement,the Department and the Contractor agreetoamendand renew the Contract,in accordance with Contract section 4.0 Renewal;and THEREFORE,inconsiderationofthe mutual promisescontainedbelow,andothergoodand valuable consideration,receiptandsufficiencyofwhichare hereby acknowledged,theParties agree to the following: 1.0 Contract Amendment and Renewal. State TermContract,Contract No.680-850-11-1 is renewed foraperiodoftwo years at the same terms and conditions,withanewcontractexpirationdateofJanuary29, 2017. 2.0 Diversity Reporting. Paragraph 3.12.1 is deleted andreplacedwith the following: "3.12.1 Diversity Reporting The State of Florida is committed tosupportingits diverse business industryand populationthroughensuring participation by minority,women,andveteranowned business enterprises in the economic Fife of the State.The State of Florida Mentor Prot£g6'Program connects minority,women,and veteran business enterpriseswith- private corporationsfor business development mentoring.We strongly encourage firms doing business with the State of Florida to consider this initiative.For more informationon the Mentor Prot6g#Program,please contact the OfficeofSupplier Diversity at(850)487-0915 or email:osdhelD@dms^mvfloridsi.com.p 3.0 Preferred Pricing Affidavit Paragraph 5.18 is deleted andreplacedwith the following: "5.18 Preferred Pricing Affidavit Requirement An authorized representative oftheContractorshallprovidea fully completed,signed and notarized Best Pricing Affidavit (Attachment1)to the contractmanager together with this signed Amendment No.2-Renewal No.2." Contract:680-850-11-1 Amendment 2 Page 1 of 3 4.0 Public Records. This Contract is amended toaddparagraph 5.19,as follows: "5.19PublicRecords If,under this contract,the Contractorisproviding services andisactingon behalf of the Department asprovidedundersection 119.011 (2),Florida Statutes,the Contractor,subjecttothetermsofsection287.058(1),Florida Statutes,and any otherapplicablelegalandequitable remedies,shall: (a)Keepandmaintain public recordsthat ordinarily andnecessarilywouldberequired by the Department inordertoperform the service. (b)Provide the publicwith access topublicrecordson the same terms and conditions that the Department wouldprovide the records and ata cost that does not exceed the cost providedin Chapter 119,Florida Statutes,or as otherwiseprovided by law. (c)Ensure that publicrecordsthatare exempt orconfidentialand exempt frompublic records disclosurerequirementsarenot disclosed except asauthorizedbylaw. (d)Meetall requirements for retaining public recordsand transfer,atnocost,tothe Departmentallpublicrecordsin possession of the Contractor uponterminationof tiie contract and destroy anyduplicatepublic records thatare exempt or confidential and exempt from public records disclosure requirements.Ail records stored electronically must be providedto the Department inaformatthatis compatible with the information technology systems of the Department. The Department may unilaterally cancel this Contract forrefusalby the Service Provider to comply withthis section bynotallowingpublic access toail documents, papers,letters,or other material made or received by the contractorin conjunction with the contract,unless therecordsare exempt froms.24(a)ofArt.1of the State Constitution and s.119.07(1),RS." 5.0 Scrutinized Companies ThisContractis amended toadd paragraph 5.20,as follows: "5.20 Scrutinized Company List Contractorcertifies that Itisnotlistedoneither the Scrutinized Companies with Activitiesin Sudan ListortheScrutinized Companies withActivitiesin the Iran Petroleum Energy Sector List,created pursuant to s.215.473,F.S.Pursuantto section 287.135(5),F.S.,Contractoragrees the Departmentmayimmediatelyterminatethis contract for cause if the Contractor is found to have submitted a false certification orif Contractor is placed ontheScrutinized Companies withActivitiesin Sudan Listor the ScrutinizedCompanieswith Activities inthe Iran PetroleumEnergySectorList during the term of the Contract." Contract 680-850-11-1 Amendment2 Page2 of 3 6.0 E-Verity. Paragraph9.0isdeletedandreplaced with the following; "9.0 E-Verify Pursuant toStateof Florida Executive Order Number 11-116,Contractor is required to utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment ofallnewemployeeshiredbythe Contractor during the Contract term. Also,Contractorshallincludeinrelatedsubcontractsa requirement that subcontractors performingworkor providing services pursuantto the Contract utilize the E-Verify system to verify employment of all new employees hired bythe subcontractor during the Contract term." 7.0 Warrant of Authority. Each person signing mis Amendment warrantsthatheor she isdulyauthorizedtodo so and tobindtheir respective part 8.0 Conflict To the extent anyof the terms ofthis Amendment conflictwith the terms of the contract,the terms of mis Amendment shall control. 9.0 Effect Unless otherwise modifiedbythis Amendment,ail terms and conditions contained in the Contract shaH continue infull force and effect. Stole of Florida, Department of Management Services: Point Blank Enterprises,Inc. Title:Direcfofof State Purchasing and Titie:cw«f f.****e^«\ott-n** Chief Procurement Officer Date:**/»*•/ao**-*' Contract:680-850-11-1 Amendment 2 Page 3 of 3 State Term Contract No.680-850-11-1 Amendment No.2 Renewal No.2 Attachment 1 -Preferred Pricing Affidavit Preferred Pricing Affidavit Regarding the Contract Between Tom*£>ic*^K ^*%t-grp*y^\^c<The "Contractor^ AND The Florida Department of Management Services Contract No.;6*p-«*q-h-i dated u/so/tou (the "Contract'1) Pursuant to Section 216.0113,Florida Statutes,the undersigned Contractor hereby attests that the Contractor complies with the preferred-pricing clause contained in Section 118 of t*«Contract. PRINT CONTRACTOR NAME:**>"*SI***6rM-e^^ses ,l*<i, Date:^'l*^ol ** Signature of AuthoWZED H^resenERwe Print Representative's Hm&TrriE:tv<a«o HAk>ih<*c?<a STATE OF ******* COUNTY OF &ro**/*r<a Swornto(or affirmed)andsubscribedbeforemethis l*dayof September 0^MiRTA MARIA DOfTTA *JUm,*w «w»tow raw filanferture <#N4*fr+EXHRE8:J^1ft2017 ^Bnpurewi W*B^^te^ifeayto^print Type,or Stamp Commissioned Name oftaoMiyi Rubfc) [Check One]_Ji_.Personally Known OR Produced the following I.D. Vei\kx>r Name ^ Vendor's Authoriz Address 2aW> n^5>l^r^tc ^rv+^rpite^S,\r\c FEIN# ed Representative Name and Title t v*<r*«*uv*t:.CFO ^S^o3 SW 2-*u*t S* City,State,Zip Phone Number..^S*-(-6^d-D*loO Email Address t VS«a<5»<0<i @ pb<.tfr->v^or .£ovw*\ Corporate Seal (if applicable) PIGGYBACK BODY ARMOR CONTRACT State of Florida Contract #680-850-11-1 THIS AGREEMENT madeandenteredintothis 11 day of October,2015,byand betweentheCity of SouthMiami,aFlorida municipal Corporation byand through itsCity Manager (hereinafter referred toas "City")andPoint Blank Enterprises,Inc.,and through its servicingdealer,FloridaEasternInternationalInc.,(hereinafterreferredtoas "Contractor"), WITNESSETH: WHEREAS,theState of Floridasolicitedbids,pursuanttoContract #680-850-11 -1. for Body Armor and WHEREAS,theState of Florida,aftercompletingacompetitivebiddingprocess, awarded a contract to Contractor,and WHEREAS,theCity of SouthMiamidesirestoutilizetheState of Florida Contractand pursuant to authority of the City of South Miami's Charter. NOW,THEREFORE,theCityandtheContractor,eachthroughtheirauthorized representative/official,agreeasfollows: 1.The City desires to enter intoa Contract,underthe same termsand conditionsassetforthinthe solicitation andtheagreement between State of Floridaand Contractor,pursuant Contract #680-850-11-1. 2.TheCityhasreviewedthecontractandagreestothetermsandconditionsand furtheragreestothefairandreasonableness of thepricing.Contractorherebyagreesto providesuchservicesunder die sameprice(s),termsandconditionsasfoundinthe solicitationdocumentsandtheresponsetothesolicitation,pertinentcopies of whichare attachedheretoasExhibitAandmadeaparthereofby reference,andtheagreementand/or theawardbetweenState of Floridaand Contractor,pursuant Contract #680-850-11-1,acopy of which,including any amendments and addendums thereto,is attached heretoandmadea part hereof by reference. 3.All references inthe contract between State of Florida and Contractor,shall beassumedtopertainto,andarebindinguponContractorandtheCity ofSouthMiami.All decisionsthataretobemadeonbehalf of theCity,assetforthintheState of Florida's Contract #680-850-11-1 anditsagreementwithContractor,shallbemadebytheCity ManagerfortheCity of SouthMiami.Theterm of the contract,including all extensions authorizedbythecontractshallnotexceedfiveyears.Notwithstanding anythingcontained intheContract #680-850-11-1 ortheState of Floridacontracttothecontrary,thisagreement shallbegovernedbythelaws of theState of Floridaandvenuefor all dispute resolutions or litigationshallbeinMiami-DadeCounty,Florida. 4.PublicRecords:Contractorandall of its subcontractors arerequiredto comply withthepublic records law (s.l 19.0701)while providing goodsand/or Services on Thomas F.Pcpe -7-16-14 Page1 of3 behalf of the CITY and the Contractor,under such conditions,shall incorporate this paragraph in all of its subcontracts for this Project 5.Waiver Jury Trial:City and Contractor knowingly,irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action,proceeding,lawsuit or counterclaim arising out of the Contract Documents orthe performance oftheWork thereunder. 6.ValidityofExecuted Copies:This agreement maybe executed in several counterparts,each of whichmaybe construed asan original. 7.Governing Lawsand Venue:This Agreement and the performance of services hereunder willbe governed bythe laws ofthe State of Florida,with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County,Florida. 8.Attorneys9 Fees and Costs:Intheevent ofany litigation between the parties arising out oforrelating in any way to this Agreement or a breach thereof,each party shall bear its own costs and legal fees.Nothing contained herein shall prevent or prohibit the right tobe indemnified for any attorney fees incurred in the defense of an action bya person or entitywhoisnota party tothisAgreement 9.Severability:Ifany term or provision of this Agreement orthe application thereoftoany person or circumstance shall,toany extent,be invalid or unenforceable,the remainder ofthis Agreement,or the application of such term or provision to persons or circumstances other than thosetowhichitisheld invalid or unenforceable,shall notbe affected thereby and each term and provision ofthis Agreement shall be valid and enforceable tothe fullest extent permitted by law, IN WITNESS WHEREOF,and astheduly authorized act of the parties,the undersigned representatives ofthe parties hereto have caused this instrument tobe signed in their respective names by their proper officials and tobe attested by their respective Clerks theday and year first above written. Aimee Allen,Contracts Manager (typenameandtitle of signatory above) la M.Menendez, City Clerk Thomas F.Pepe-7-16-14 Page2 of3 Steven Alexander City Manager Readand Approved astoForm, Language,LegalityandExecution Thereof: By:^^75^^^^= Thomas F.Pepe City Attorney Thomas R Pepe-7-16-14 Page3 of3 10/15/2015 Body Armor (Protective Vests)/State Term Contracts /State Contracts and Agreements /Vendor Information /State Purchasing /Business Operations. Department of Management Services Florida Department of Management Services >Business Operations >State Purchaslna >Vendor Information >State Contracts and Agreements >State Term Contracts >Body Armor (Protective Vests) <<Return Body Armor (Protective Vests)680-850-ll-l Effective Period Contract Type Contract Information Contract Documents 01/30/2011 through 01/29/2017 State Term Contract •Priqjng •Contractors How to Use this Contract Frequently Asked Questions Microsoft Word (ISP 621.50 KB) PDF 01.15 MB) Amendments and Memorandums •Karla Dixon Contract Administration •(sso)487-2304 •karla.dixon@dms.rnvflorlda.com Commodity Codes 680-aso,unspsc-46151504 Description This state term contract includes NIJ (National Institute of Justice;the research,development and evaluation agency of the United States Department of Justice)Standard 1010.06 CNL).06 Standard")tactical Body Armor, along with ND-approved stab-resistant Body Armor and related accessories.Purchases of these vests may be eligible for bulletproof vest partnership (BVP)funding. Benefits •NIJ Standard 0101.06 Compliant Body Armor •Discounts range from43 percent to 62.5 percent off of listprice(MSRP) •Stock item delivery In three-five days (contract allows 30 days) •Free delivery •Statewide coverage •Toll-free access to customer service representatives •Wide product selection •Manufacturer's standard warranty coverage •Certified vendor availability •Measuring and fitting services Document reader download link Wm Word Viewer ^Adobe PDF Reader rttto7Awvtnv.dms.mvfiorida.axn/bLfilness ooerations/state ourchasina/vertdor information/state mntracte and flflramriAnts/fttato term crnfrftHs/hrrh/armnr U1 10/1572015 Contractors /Body Armor (Protective Vests)/State Term Contracts /State Contracts and Agreements /Vendor information /State Purchasing /Busine.- Department of Management Services Florida Department of Management Services >Business Operations >State Purchasing >Vendor tn formation >State Contracts and Agreements >State Term Contracts >Body Armor (Protective Vests^>Contractors <<Return Body Armor (Protective Vests)680-850-ll-l Contractors Name Armor Express ForceOne GH Armor Systems Point Blank Enterprises, Inc. Safariland Survival Armor.Inc U.S.Armor Corporation CBE Code A-Non- Mlnorlty A-Non- Minority A-Non- Minority A-Non- Minority A-Non- Minority A-Non- Minority A-Non- Minority Florida Climate Friendly Preferred Products No No No No No No No S£Authorized ^rageProductsRese||ere Area No No NO NO NO No No Yes Statewide Yes Statewide Yes Statewide Yes Statewide Yes Statewide No Statewide Yes Statewide httDiAftrWw.o^SJTiyflCfida-CCfn/business ooerations/state Durchesina/vendor information/state contracts and aareements/state term contracte/bodv armnr 1/? 10/1 &2015 Contractors -Point Blank Enterprises,Inc./Contractors /BodyArmor (Protective Vests)/StateTermContracts/StateContractsandAgreements/Ve.. Department of Management Services Florida Department of Management Services >Business Operations >State Purchasing >Vendor Information >State Contracts and Agreements >State Term Contracts >Body Armor (Protective Vests)>Contractors > Contractors -Point Blank Enterprises,Inc. Point Blank Enterprises,Inc. CBE Florida Climate Friendly Code Preferred Products A-Non- Minority No Ordering Instructions Recycled Products No Utilizes Authorized Resellers Yes Respondent (Company)Name:Point Blank Enterprises,Inc. Respondent FEID Number:45-3646868 Sales Representative^): Name:Ryan Mountz Title:Sales Representative Street Address:2102 SW 2nd Street,Pompano Beach,FL 33069 E-mail Address:rmountz@pointblankarmor.com Phone Number(s):954-658-0525 Fax Number:954-334-1703 Name:Will Marshall Title:Sales Representative Street Address:2102 SW 2nd Street,Pompano Beach,FL 33069 E-mail Address:wmarshall@bodv-armor,com Phone Number(s):954-830-1480 Fax Number:954-334-1703 Person Responsible for Administering Contract: Name:Vania Cotera Title:Contract Manager Street Address:2102 SW 2nd Street,Pompano Beach,FL 33069 E-mail Address:vcotera(q)obsinc.com Phone Numbers):954-630-0900 Fax Number:954-414-8178 AUTHORIZED SERVICING DEALER LIST NAME ADDRESS &PHONENO. Signal 15,Inc.7500 Ulmerton Road,Suites24 Contact:Greg Hamilton Largo,FL 33771 (727)536-8233 httn:/IWww.rim^.mvf)nri(i».cnm/h(RinASA nnorafinns/stata niirrhaftinn/vAnrW infirYmatinrt/clato rmtrstcte and anreomAntefehrfa term rnnlrartcftwtw Coverage Area Statewide 10/15/2015Contractors-PointBlankEnterprises,Inc./Contractors/BodyArmor(ProtectiveVests)/StateTermContracts/StateContractsandAgreements/Ve... SRTSupply Contact:JohnWier DanaSafetySupply-Jacksonville Contact:MikeMettile DanaSafetySupply-Tampa Contact:TomSabo DanaSafetySupply-Miami Contact:BillBarnhart U.S.SurplusSales Contact:StevePocius Lou'sGunShop Contact:LESupplySales Lawmen'sandShooters'Supply Azar'sUniforms Contact:WayneCook Galls-Tampa Contact:PatrickSutton Galls-Corporate Contact:ChrisGraham FederalEasternInternational,Inc.-Tampa Contact:SallyHayes MESFire/LawmenSupply-Florida Contact:RobertSoto FederalEasternInternational,Inc. Contact:BeverlySlavick Broward 445060thAveNorth Largo,FL33771 (727)526-5451 4747SanJuanAve. Jacksonville,FL32210 {850)624-7171 3810WOsborneAve.#A Tampa,FL33614 (813)348-4866 1372NW78thAve. Doral,FL33126 (305)951-5064 4536NorthOrangeBlossomTrail,Suite1 Orlando,FL32804 (407)292-8112 7815West4thAve MiamiLakes,FL33014 (305)416-0000 77509thSt.S.W. VeroBeach,FL32968 (772)569-8700 3839NorthMonroeSt. Tallahassee,FL32303 (850)402-1133 RegionalAccountExecutive (859)433-7142 2680PalumboDrive Lexington,KY40509 (800)8764242ext.2175 751PinellasBayway,Suite106 St.Petersburg,FL33715 (727)827-2997(office);(727)510-7145(cell) 1143743rdStreetNorth ClearwaterFL,33762 561-613-9833 3516WestBrowardBlvd. Ft.Lauderdale,FL33313 (954)581-1393 httD://www.dmsJT»vflc>ridacorn/bijsjnessoperations/stateourchasinoArendorinformation/statecontractsandaoreements/statetermcontrects/hnrivamor?t% 10/15/2015 How toUsethisContract /Body Armor (Protective Vests)/StateTerm Contracts /StateContracts andAgreements /Vendor information /State Purcha.. Department of Management Services Florida Department of Management Services >Business Operations >State Purchasing >Vendor information >State Contracts and Aareements >State Term Contracts >Body Armor (Protective Vests^>How to Use this Contract How to Use this Contract •Pricing Approach -Prices offered on this contract are highly competitive with discounts ranging from 43.4 percent to 62.5 percent offMSRP prices. Vendor price lists contain vests that comply with the NIJ Standard-0101.06 for Ballistic-Resistance of Body Armor •Who DoI Contact To Order?-Please refer to contractor's ordering Instructions.Refer to the Contract Information section and clickon the linkto locate supplier's ordering Instructions page. •What are the steps I need to take to place an order?-Contact contractor of choice via e-mail, telephone,fax,or vendor's website If available. •What Are Additional Costs -Upcharges for non-standard sizes (i.e.,XS,3XL,4XL,etc.)Carriers, plates,supplies and accessories are priced separately if not specifically referenced as a "package''in contractor's catalogs. •Delivery Time -30 days after receipt of the order. •Delivery Cost -All delivery,shipping and handling charges (including inside delivery)are included in the net price. •Procurement Card Acceptance -Yes -all suppliers http^ww.dms.mvfloridaxorn/business operations/state Durchasina/vendor information/state contracts and aarfiaments&taia term cnnfr^ts/hnriu *rmnr no 12/29/2015 DA De ART MEN' DIVISION OF CO TIONS Detail by Entity Name Florida Profit Corporation FEDERAL EASTERN INTERNATIONAL,INC. Filing information DetailbyEntity Name Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Principal Address P10000008047 27-1774570 01/27/2010 01/27/2010 FL ACTIVE AMENDMENT AND NAME CHANGE 03/15/2010 NONE 751 PINELLAS BAYWAY 106 ST PETERSBURG,FL 33715 Changed:06/16/2011 Mailing Address 751 PINELLAS BAYWAY 106 ST PETERSBURG,FL 33715 Changed:06/16/2011 Registered Agent Name &Address HAYES,SARAH E 751 PINELLAS BAYWAY 106 ST PETERSBURG,FL 33715 Name Changed:03/15/2010 Address Changed:06/16/2011 Officer/Director Detail Name &Address http://searcltsunMz.wgflrepry/C(tfpOTa8or^1/2 2/29/2015 DetailbyEntity Name Title DP HAYES,SARAH E 751 PINELLAS BAYWAY,SUITE 106 ST PETERSBURG,FL 33715 Title DSVP HAYES,WILLIAMD 751 PINELLAS BAYWAY,SUITE 106 ST PETERSBURG,FL 33715 Annual Reports Report Year Filed Date 2013 04/15/2013 2014 04/23/2014 2015 06/05/2015 Document Images 06/05/2015 -ANNUAL REPORT 04/23/2014 -ANNUAL REPORT 04/15/2013 -ANNUAL REPORT 01/16/2012 -ANNUAL REPORT 06/16/2011 -ANNUAL REPORT 03/15/2010 -Amendment and Name C 01/27/2010 -Domestic Profit View image in PDF format | View image inPDF format View image inPDF format View image inPDFformat View image inPDFformat Change View imaqe in PDF format View image inPDF format ,WM^..M.—^„..„,.-~,^,,,„— Copvriqht ©and Privacy Policies Slate of Honda,Department of Stale h^/searcr^sunbiz.orgflrH^iiy/CorporationSearcri/Search ..2/2