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