Loading...
10THE CITY OF PLEASANT LIVING To: From: Date: Subject: Background: Amount: Account: Attachments: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission Steven J. Alexander, City Manager J ~ January 5, 2016 Agenda Item NO.:~ 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 of having a team of specially trained officers to deal with these types of high risk situations and rescue operations. A Tactical. Response Team (T.R.T.) was created adhering to The Commission for Florida Law 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, and high risk situations. The T.R.T. may also be responsible to serve search warrants and respond to high risk 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 Team with the latest safety equipment for high risk operations. This purchase will be made utilizing the Florida State Body Armor Contract #680-850-11-1. Approximately $34,000. Police Uniform account 001-1910-521-5220. Resolution with and without numbers, Federal Eastern International Quote. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 RESOLUTION NO. _____ _ 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 in high risk 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 as a molly 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 in an amount not to exceed approximately $34,000 utilizing budgeted funds from the Police Uniforms Account. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT; Section 1. The City Manager is hereby authorized to purchase body armor vest from Federal Eastern International for the Tactical Response Team in an amount not to exceed approximately $34,000 utilizing account 001-1910-521-5220 Uniforms. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _ day of ___ ----', 2016. ATIEST: APPROVED: CITY CLERK READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF: CITY ATIORNEY MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: · . Quote Date: Quote Title: Contact: QUOTATION ##### Tactical Equipment Officer A. Alvarez Customer Nam South Miami PD Address: Phone Number Fa.x Number: Email Address: Aalvarez@southmiamifl.gov Quantity Item Number litem Description 7 FTOC Base Vest with KXPIIiA NIJ .06 Ballistics (RG). Includes (2) ID Panels 8 HALO MOLLE Outer Cummerbund System (RG) 8 FTOC Bicep Protectors with KXPIIiA Ballistics (RG) 8 FTOC Diamond Groin MOLLE with KXPIlIA Ballistics (RG), Size LG 8 FTOC Shoulder (Trapezius) Set with KXPIIiA ballistics 8 MOLLE 4 Pouch Set (RG) 7 Paraclete HLMH106000 HELMET, PTH-IIIA, MID, NIJ lilA V50 2130 (RG) with MSS,Rails & shroud 16 30025-01 Paraclete Speed Plate Plus, multi curve 10x12 1 Phalanx Shield 24x36 with VP, level III rifle rated 1 5HL509SCVP BELLATOR shield 24x36 with VP, level IliA 1 5.11 Multibreacher Item# 50094 1 5.11 Gryphon Break 'N Rake 49.5in Item# 50336 1 5.11 Medium Ram .Item# 50358 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 $335.00 $335.00 $490.00 $490.00 '/ J11eJ.ND J}!:p.?~.ao iJ"JilJii;;JJJJ TOTAL: 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 you for allowing Federal Eastern International, Inc. to provide you with a quote. If you require further assistance, or have any additional questions, please contact us at: 751 Pinellas Bayway, Suite 106 Sl. Petersburg, FL 33715 Telephone Number: 727-827-2997 Fax Number: 727-954-8804 Website: www.fedeastintl.com Miami Dade Location: 9024 NW 25th St, Doral FL, 33172 * Broward County Location: 9 N State Road 7, Plantation, FL Form Number: F-720-10B DCR Number: 08-118 Title: Body Armor Number: ITB No. 14-680-850-0 I SOlicitation Responses Due: Wednesday, January 12, 2011 M 2:00 PM EST Posting Notice of Intent to Award: From: Tuesday, January 18, 2011-2:00 PM EST To: Fridav. Januarv 21. 2011-2:00 PM EST Agency Personnel: Opened by: Mark Lovell, Purchasing Analyst Tabulated by: Mark Lovell, Purchasing Analyst Verified by: Gregory Hill, Purchasing Specialist protest concerning this agency decision shall be made in accordance with Sections 120.57(3) and 287.042(2) ofthe Florida Statutes and Chapter 28-110 oflhe Florida Administrative Code. Failure to file a protest within the 72 hour period as prescribed in Section 120.57(3), or re to post a bond of$32,649.00 or other security required by law within the lime allowed for filing a bond shall constitute a waiver of proceeding under Chapter 120, Florida Statutes. Questions or communication to the Procurement Officer shall not constitute notice ofa protest IAnY protest concerning this agency decision must be timely received by the Agency Clerk at. 287.57(24) of the Florida Statutes, "Respondents to this solicitation or persons acting on their behaIfmay not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, d state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may he grounds for rejecting a IA cell with a highlighted background in the tabulation below indicates an awarded item. ermined to uot be acceptable 3re indicated by a "No" in the Award columu, and responsiveness issues are identified by Not As Specified (NAS) code number(s). The explanation associated with each code number is listed below the tabulation. requirements, specifications, terms, conditions, and dOCuments/forms submitted as part ofa Response are nOI accepted. is contingent on completion and submission of a contrnct signature page, Department authorized contract price list, completion and submission of MyFloridaMarketPlace electronic catalog, and compliance willi Transaction Fee requirements (if lapplicable). The Department reserves the right to approve final product lists and to exclude items not in scope. ---------------------------- Armor Express Northgear First Choice Armor ForceOne Point Blank Savvy Armor for Women Survival Armor U.S. Armor AME~DMENT NO.2 Renewal No.2 State Term Contract 680-850-11-1 Body Armor (Protective Vests) This Amendment No.2 (Amendment), is effective January 30,2015, to the State Term Contract for Body Armor (Protective Vests), No. 680-850-11-1 (Contract), effective between the State of Florida, Department of Management Services (Department) and Point Blank Enterprises, Inc. (Contractor). Department and Contractor are collectively referred to herein as the ·Parties.· All capitalized terms used herein shall have the meaning assigned to them in the Contract, unless otherwise defined herein. WHEREAS the Contract was originally entered on January 30, 2011 with the Contractor for the provision of body armor (protective vests), and is schequled to expire on January 29, 2015; and WHEREAS upon mutual agreement, the Department and the Contractor agree to amend and renew the Contract, in accordance with Contract section 4.0 Renewal; and THEREFORE, in consideration of the mutual promises contained below, and other good and valuable consideration, receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following: 1.0 Contract Amendment,and Renewal. State Term Contract, Contract No, 680-850-11-1 is renewed for a period of two years at the same terms and conditions, with a new contract expiration date of January 29, 2017. 2.0·Diversiiy Reporting. Paragraph 3.12.1 is deleted and replaced with the following: "3.12.1 Divera.ity Reporting . The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minOrity, women, and veteran owned business enterprises in the economic life of the State. The State of Florida Mentor Protege' Program connects minority, women, and veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protege' Program, please contact the Office of Supplier Diversity at (850) 487-0915 or email: osdhelp@dms~mvfiorida.com.· 3.0 Preferred Pricing Affidavit Paragraph 5.18 is deleted and replaced with the following: "5.18 Preferred PriCing Affidavit Requirement An authorized representative of the Contractor shall provide a fully completed, Signed and notarized Best Pricing Affidavit (Attachment 1) to the contract manager together with this signed Amendment No.2 -. Renewal No.2: Contract: 680-850-11-1 Amendment 2 Page 1 of3 I 4.0 . Public Records. This Contract is amended to add paragraph 5.19. as follows: "5.19 Public Records If, under this contract, the Contractor is providing services and is acting on behalf of the Department as provided under section 119.011 (2), Florida Statutes, the Contractor, subject to the terms of section 287.058(1), Florida Statutes, and any other applicable legal and equitable remedies, shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by the Department in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the Department would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c) Ensure that public records thaI are exempt or confidential and exempt from public . records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining· public records and transfer, at nO cOst, to the Department all public records in possession of the Contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the information technology systems of ttie Department. The Department may unilaterally cancel this Contract for refusal by the Service Provider to comply with this section by not allowing public access to all documents, papers, letters,or other material made or received by the contractor in conjunction with the contract, unless the records are exempt from s. 24(a) of Art. 1· of the State Constitution and s.119.07(1), F.S'" 5.0 Scrutinized Companies This Contract is amended to add paragraph 5.20, as follows: "5.20 Scrutinized Company List Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, F.S. Pursuant to section 287.135(5), F.S., Contractor agrees the Department may immediately terminate this contract for calise if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Contract." Contract: 680·850·11·1 Amendment 2 Page 2 of3 6.0 E-Yerlfy. Paragraph 9.0 is deleted and replaced with the following; "9.0 E-Yerify Pursuant to State of 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 of all new employees hired by the Contractor during the Contract term. Also, Contractor shall include in related subcontracts a requirement that subcontractors performing work or providing services pursuant to the Contract utilize the E-Verify system to verify employment of all new employees hired by the subcontractor during the Contract term." 7.0 Warrant of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind their respective part. 8.0 Conflict. To the extent any of the terms of this Amendment conflict with the terms of the contract, the terms of this Amendment shall control. 9.0 Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. State of Florida, Point Blank EnterpriSes, Inc.: Department of Management Services: Date: q II '" I 2.0 , '-I Contract: 680-850-11-1 Amendment 2 Page 3 of 3 State Tenn Contract No. 680-850-11-1 Amendment No.2 Renewal No.2 Attachment 1 -Preferred Pricing Affidavit Preferred Pricing Affidavit REGARDING THE CONTRACT BETWEEN 'i'o,,," bl .. ,,1< oa,.,t-.. rl'';<e~, Ittc. (THE "CONTRACTOR") AND . THE FLORIDA DEPARTMENT OF MANAGEMENT SERVICES CONTRACT No.: 6"«0-'1';;0-11-\ ·DATED "/&012."" (THE "CONTRACT") PURSUANT TO SECTION 216.0113, FLORIDA STATUTES, THE UNDERSIGNED CONTRACTOR HEREBY ATTESTS THAT THE CONTRACTOR COMPLIES WITH THE PREFERRED-PRICING CLAUSE CONTAINED IN SECTION 5.18 OF THE CONTRACT. PRINT CONTRACTOR NAME: i"o,,,t SI",.,k e",t-eq''''''e.s. , ''''''' • (~ By: ~ I ~TURE OF AUTHQiPRESEN¥*TI\IE PRINT REPRESENTATNE'S NAMEITITLE: STATE OF F '''''''c(c, COUNTY OF S.-",,,,,,,,,,C\ Sworn to (or affirmed) and subscribed before me this ~ day of Se. t~m""" l"e'ln tt4t.oib<' #~!~ MIRTAMARlADOIITA, \-~ * W .. MYCOMMISSlONtFFOI8013 ign ture fN ary! ~<l' EXPIRES: July 18,a017 " . . ;, . '>", ... ({#' 1IoIIdod1ilr.audgolNollry"""'lPrint. Type. or Stamp Commissioned Name of Notary, Public). . ',', '" [Check One] ~ Personally Known OR __ Produced the following i.D, ___ _ VENDOR NAME f'0( .... + BI",,,k l&\'l-e.rp.l.S<"S.I"'" FEiN# <+:5-'6"'''''''86"8' VENDOR'S AUTHORIZED REPRESENTATNE NAME AND TITLE '"'''''' \-I"'b"."'e. C-F 0 ADDRESS,_-,2-::;,':,:O..;2.:.-.:S",W"-,,,2.:.!.nA>;:, ""'-~=+.::... ______________________ _ CITY, STATE. ZIP_-.:..y.,.::..; ..... ...:..:P"''''-'''..;'''':.-.::i.;;;; .. '''_·;;;;c.l.+>'--'-. -'I=...:L::...!. • ...::.~.: .. _O_ ... _"'I--'-_____________ _ PHONENUMBER~ ___ ~~S_Y.::...-...:b~~~o~-~D~~~O-,O~ _______________________________ _ EMAIL ADDRESS __ ...:.i_I"._ .. -.. .... _·_i .... ;.. ... __ @=-... p_ ... _<!._a_..".... __ o_o{" __ .-.CO.-.-IN\ _________________________ -..._ CORPORATE SEAL (IF APPLICABLE) PIGGYBACK BODY ARMOR CONTRACT State of Florida Contract #680·850·11·1 THIS AGREEMENT made and entered into this llday of October. 2015. by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City") and Point Blank Enterprises. Inc" and through its servicing dealer, Florida Eastern International. Inc" (hereinafter referred to as "Contractor"). WITNESSETH: . WHEREAS, the State of Florida solicited bids, pursuant to Contract #680-850-11-1, for Body Armor; and WHEREAS, the State of Florida, after completing a competitive bidding process, awarded a contract to Contractor, and WHEREAS, the City of South Miami desires to utilize the State of Florida Contract and pursuant to authority of the City of South Miami's Charter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: I. The City desires to enter into a Contract, under the same terms and conditions as set forth in the solicitation and the agreement between State of Florida and Contractor, pursuant Contract #680-850-11-1. 2. The City has reviewed the contract and agrees to the terms and conditions and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such services under the same price(s}, terms and conditions as found in the solicitation documents and the response to the solicitation, pertinent copies of which are attached hereto as Exhibit A and made a part hereof by reference, and the agreement and/or the award between State of Florida and Contractor, pursuant Contract #680.850·11-1, a copy of which, including any amendments and addendums thereto, is attached hereto and made a part hereof by reference. 3. All references in the contract between State of Florida and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of the City, as set forth in the State of Florida's Contract #680-850-11-1 and its agreement with Contractor, shall be made by the City Manager for the City of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anything contained in the Contract #680·850·11 ~I or the State of Florida contract to the contrary, this agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 4. Public Records: Contractor and all of its subcontractors are required to comply with the public records law (s.119 .070 I) while providing goods and/or Services on Thomas F. Pepe·-7.16.14 Page lof3 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 or the performance of the Work thereunder. 6. Validity of Executed Copies: This agreement may be executed in several counterparts, each of which may be construed as an original. 7. Governing Laws and Venue: This Agreement and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. 8. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating 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 to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. 9. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officials and to be attested by their respective Clerks the day and year first above written. Aimee Allen, Contracts Manager (type name and title of signatory above) ATTEST: By: ~~~~~~~~~ Maria M. Menendez, CMC City Clerk Thomas F. Pepe -7-16-14 CITY OF SOUTH MIAMI By: --~S~t~e-ve-n-A~le-x-an-d~e-r------ City Manager Page 2 of3 Read and Approved as to Form, Language, Legality and Execution Thereof: By: __ ~ __ -=~ ______ _ Thomas F. Pepe City Attomey Thomas F. Pepe-7·16·14 Page30f3 1011512015 Body Armor (Protective Vests)! State Term Contracts! State Contracts and AgreementslVendor Information! State Purchasing! Business Operations ... 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) « Return Body Armor (Protective Vests)680-850-11-1 Effective Period Contract Type Contract Information Contract Documents 01/30/2011 through 01/29/20171 State Term Contract 1 .~ • Contractors How to Use this Contract Frequentlv Asked Ouestlons Microsoft Word (81 621.50 KB) PDF cCSJ 1.15 MB) Amendments and Memorandums • Karla Dixon Contract Administration· (850) 487-2304 • karla.dixon@dms.myflorlda.com Commodity Codes 680-850, UNSPSC-46151504 1 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 ("NIJ .06 Standard") tactical Body Armor, along with NIJ-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 from 43 percent to 62.5 percent off of list price (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 fi"iiiJ • I~'MS Word Viewer • 1).;:JAdobe PDF Reader htto:/fwww.dms.mvflorida.comlbuslnessODer.ations/stateourchasinaivendorinform::!tion/stAtAr:nntrs:l~h:lJ:llnrlAl.lrAAm~nt!:l/Rt~tAfAl.MI...lV\tr~tRIivYIv :::..rmnr 1" 10115/2015 Contractors I Body Armor (Protective Vests) I State Term Contracts I State Contracts and Agreements /Vendor Information I State Purchasing I Busloo ... 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 « Return Body Armor (Protective Vests)680-850-11-1 COntractors Florida CBE Climate Utilizes Name Friendly Recycled Authorized Coverage Code Preferred Products Resellers Area Products Arm or Express IA-Non- Minority I No No Yes I Statewide ForceOne IA -Non- Minority I No No Yes I Statewide GH Armor Systems IA -Non- Minority I No No Yes I Statewide Point Blank Enterprises'l A -Non- Inc. Minority I No No Yes I Statewide Safariland IA-Non- Minority I No No Yes I Statewide Survival Armor, Inc IA-Non- Minority I No No No I Statewide IA -Non-U,S. Armor Corporation Minority I No No Yes I Statewide htto:/lwww.dms.mvflorida.comibusinessooerations/stateourchaslnalvendorinformation/statecontractsandaareements/statetermcontrac.tsJbc.x1v:::lrmnl.11? 1011512015 Contractors -Point Btank Enterprises. Inc.! Contractors! Body Armor (Protective Vests)! State Term Contracts! State Contracts and Agreements lVe ... 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 Code Florida Climate Friendly Preferred Products Recycled Products A -Non- Minority No Ordering Instructions Respondent (Company) Name: Point Blank Enterprises, Inc. Respondent FEID Number: 45-3646868 Sales Representative(s): Name: Ryan Mountz TItle: Sales Representative No 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@body-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@pbsinc.com Phone Number(s): 954'630-0900 Fax Number: 954·414·8178 Utilizes Authorized Resellers I Yes AUTHORIZED SERVICING DEALER LIST NAME ADDRESS & PHONE NO. Signal 15, Inc. Contact: Greg Hamilton 7500 Ulmerton Road, Suites 24 Largo, FL 33771 (727) 536·8233 Coverage Area I Statewide 1011512015 Coniractors· Point Blank Enterprises. Inc.! Contractors! Body Armor (Protective Vests) ! State Term Contracts! State Contracts and Agreements! Ve ... SRT Supply Contact: John Wier Dan a Safety Su pply-Jacksonville Contact: Mike Mettile Dana Safety Supply-Tampa Contact: Tom Sabo Dana Safety Supply-Miami Contact: Bill Barnhart U.S. Surplus Sales Contact: Steve Pocius Lou's Gun Shop Contact: LE Supply Sales Lawmen's and Shooters' Supply Azar's Uniforms Contact: Wayne Cook Galls -Tampa Contact: Patrick Sutton Galls -Corporate Contact: Chris Graham Federal Eastern International, Inc. -Tampa Contact: Sally Hayes MES Fire/Lawmen Supply -Florida Contact: Robert Soto 4450 60th Ave North Largo, FL 33771 (727) 526-5451 4747 San Juan Ave. Jacksonville, FL 32210 (850) 624-7171 3810 W Osborne Ave. #A Tampa, FL 33614 (813) 348-4866 1372 NW 78th Ave. Doral, FL 33126 (305) 951-5064 4536 North Orange Blossom Trail, Suite 1 Orlando, FL 32804 (407) 292-8112 7815 West 4th Ave Miami Lakes, FL 33014 (305) 416-0000 7750 9th St. S.W. Vero Beach, FL 32968 (772) 569-8700 3839 North Monroe St. Tallahassee, FL 32303 (850) 402-1133 Regional Account Executive (859) 433 -7142 2680 Palumbo Drive Lexington, KY 40509 (800) 876 4242 ext. 2175 751 Pinellas Bayway, Suite 106 St. Petersburg, FL 33715 (727) 827-2997 (office); (727) 510-7145 (cell) 11437 43rd Street North Clearwater FL, 33762 561-613-9833 Federal Eastern International, Inc. -Broward 3516 West Broward Blvd. Contact: Beverly Slavick Ft. Lauderdale, FL 33313 (954) 581-1393 htto:llwww.dms.mvflorida~comlbusines5 ooerations/state ourchasina/vendor informationfstate contracts and aareements/state term r.ontrRCt~1hnrIv ::r.rmnr ?/~ 10/1512015 How to Use Iilis Contract / Body Armor (Protective Vests) / State Term Contracts I State Contracts and Agreements / Vendor Information / State Purcha ... 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) > 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 off MSRP prices. Vendor price lists contain vests that comply with the NIJ Standard-0101.06 for Ballistic-Resistance of Body Armor. • Who Do I Contact To Order? -Please refer to contractor's ordering instructions. Refer to the Contract Information section and click on the link to 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., X5, 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://lNww.dms.mvflorida.comlbuslnessooerations/stateDUrchasinaivendorinformation/statecontractsandaarAArnent!=lJstatatArm('.nntrl'lr.t~n-vvru J:l.rmnr iJ') 12129/2015 Detail by Entity Name Florida Profit Corporation FEDERAL EASTERN INTERNATIONAL,INC. Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status P1000000B047 27-1774570 01/27/2010 01/27/2010 FL ACTIVE Detail by Entity Name Last Event Event Date Filed Event Effective Date AMENDMENT AND NAME CHANGE 03/15/2010 Principal Address 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 NONE 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://search.sunbiz.orgllnquiry/CorporationSearchiSearchResultDetail?inquirytype=EntityName&directionType=lnitial&SearchNameOrder=FEDERALEASTE...1/2 12129/2015 Detail by Entity Name Title DP HAYES, SARAH E 751 PINELLAS BAYWAY, SUITE 106 ST PETERSBURG, FL 33715 Title DSVP HAYES, WILLIAM D 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 Docym!l!nt Images 06/05/2015 --ANNUAL REPORT View image in PDF forma! I 04/23/2014 --ANNUAL REPORT View image in PDF forma! I 04[15/2Q13 --ANNUAL REPORT View image in PDF forma! I 01/16/2012 --ANNUAL REPORT View image in PDF forma! I 06/16/2Q11 --ANNUAL REPORT View image in PDF forma! I Q3[15/2010 --Amengm~nt §ng N§m~ Cbange View image in PDF format I 01/27/2010 --Domestic Profit View image in PDF format I ""=","'.Y~·· .~~-~',=""===-=~=""=_" ... "~",_",==."",.,,,,,,,",,"'<>-'-'=~. _~-,..-=------"'=~~~===.="',"" ..... "·=,,=.=~,.""h"""""_""""""«,,~,.=.-.,"T._.,,.,"""=-~· ~~-== ---~·.<,.",.-=""'''''''=.'''''~''·,,,_r.'''_''"_''= .. ,,= l'::oPVrlCjht :0 ~mcl PrillilCY Policies Slate v( I-Iol-k:a, UE'pi-lrlrndli 01 SlJl2 http://search.sunbiz.orgllnquiry/CorporationSearchlSearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=FEDERALEASTE... 212