HomeMy WebLinkAboutR-99-0129J-99-171
2/3/99 w t29
RESOLUTION N0. � J
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PROCUREMENT OF PROTECTIVE
EQUIPMENT FROM METRO USA, UNDER STATE OF
FLORIDA CONTRACT NO. 680-000-99-1, ON AN
AS -NEEDED, WHEN -NEEDED CONTRACT BASIS UNTIL
JULY 19, 1999, FOR THE DEPARTMENT OF POLICE,
IN AN AMOUNT NOT TO EXCEED $56,000.00;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE
NO. 001000.290201.6.075.
WHEREAS, the Department of Police requires the procurement
of personal protective equipment, such as gas masks, carriers,
and canisters, and gas mask conversion parts to issue to newly
hired sworn personnel and to replace damaged equipment; and
WHEREAS, funds will be allocated from the Department of
Police, General Budget Account Code No. 001000.290201.6.075; and
WHEREAS, the Chief of Police recommends that the procurement
of said protective equipment from Metro USA, awarded under State
of Florida Contract No. 680-000-99-1, be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
CITY COgSION
24EETING OF
FEB 2 3 1999
Resolution No.
99- 129
y
t. kn�
i
{�rl
rL �tL
Section.
Section 2. The procurement of protective equipment from
Metro USA, under State of Florida Contract No. 680-000-99-1, on
an as -needed, when -needed contract basis until July 19, 1999, for
the Department of Police, is hereby approved, in an amount not to
exceed $56,000.00, with funds therefor hereby allocated from
Account Code No. 001000.290201.6.075.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor1l.
PASSED AND ADOPTED this 23rd day of February
1999. '
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate epgn v�j. Of
this legislation by signing it in the designated Slace �)iqvid=;(j
becomes effective with the elapse often (10) s f�ronn e a
ATTEST regarding same, without the Mayor ex rrd in a vet )
TNESS 6,-
ATTORNEY
W3237:CSK
J. Meman, City Clerk
1� I£ the Mayor does not sign this Resolution, it shall become effective
the end of ten calendar days from the date it was adopted. at
if
the Mayor vetoes this Resolution, it shall become effective immediately
upon override of the veto by the City Commission.
2
99 - 129
CITY OF MIAMI, FLORIDACAw2
INTER -OFFICE MEMORANDUM
70: The Honorable Mayor and Members
of the City Commission
(AAamq=L=11�_
FROM: Donald H. Warshaw
City Manager
RECOMMENDATION
DATE: FEB 1 2 1999
FILE:
SUBJECT: Proposed Resolution
REFERENCES: Purchase of Protective
Equipment
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the purchase of protective equipment from Metro USA, through a bid awarded under
an existing State of Florida Contract No. 680-000-99-1. This will provide for purchases on an as -
needed contract basis until July 19, 1999, for the Department of Police, for a contract amount not
to exceed $56,000. Funding is available from the Department of Police Budget, Account Code
001000.290201.6.075.
BACKGROUND
With the hiring of additional sworn personnel, the Police Department does not currently have
sufficient protective equipment (gas mask, gas mask carrier, gas mask canisters, conversion parts
to retro-fit current gas mask to new filters) to issue to each sworn officer. Additionally, the
condition of some of the older existing equipment is very poor due to its age, use in disturbances
and numerous training exercises. The requested purchase will provide for each officer to be issued
personal protection equipment that is properly fitted and in good operational condition.
v,I10
DHW: WEO:Imr
99- 129
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Donald H. Warshaw
City Manager DATE: J A � i� 1 FILE: LEG 7-2
SUBJECT: Purchase of Protective
Equipment
FROM: William E. O'Brien REFERENCES:
Chief of Police
ENCLOSURES:
This Police Department has verified that funds are available with the Department of Management
& Budget to purchase protective equipment, at a total cost of $56,000.00. Funding is to be from
the Police Department General Operating Budget, Account Code 001000.290201.6.075.
BUDGETARY REVIEW & APPROVED BY:
Dipak M. Parekh
Director
Department of Management & Budget ...
- ,
Vr�
.i
City of Miami
!Management & Budget
Date 1 / 5" Si
Time. /,33 (AM4
Amount of $-- ,6 .5 b
available in account number:
00 , 2-'962--c, F' o71--
Verifies! b,-: S7'GNATURE
99- 129
680-000-99-1 = Ammunition. Tar . andcuffs... Page 1 of 1
Ammunition, Targets, Handcuffs, and
Pepper Gas
680-000-99-1
Effective: 07/20/98 through 07/19/99
Certification
Special Conditions
Specifications
Price Sheet
Ordering Instructions
Revisions
Complete Contract
State Contracts Main Index
Ordering Information
ons. Inc.
Central
Contractors:
Vendor URL
http://www.public-safety-equip.com
http://www.dfanet.com
http://www.policemarksman.com
MAIN INDEX I One-sMea Pnrchasin I Password I Account status I HELP
Please send Comments or questidiiztsion ofPurchasinQ
Thursday, January 21, 1999 10:47 AM
99- 129
August 26, 1998
Page 1 of 1
Rev 1 (27 Aug 98)
August 26. 1998
MEMORANDUM NO.: (680-000-99-1)-1
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
SUBJECT: Contract. No.680-000-99-1
Title: Ammunition, Targets, Handcuffs & Pepper Gas
Please make the following changes in the subject contract:
Delete: Pages 81 and 82
Add: Pages 81 * and 82* *(Rev 27 Aug 98)
Metro USA has been added to the list of vendors for Defense Technology Corp. of America.
Any questions or problems in delivery or service that may arise regarding this contract should be directed to Genny Boynton at (850)
488-7996, Suncom 278-7996, E-Mail: boynto�state.fl us
GCB/gb/sec
Thursday, January 21, 1999
10:59 AM
99- 129
Suite 315
Page 1 of I
Suite 315
CERTIFICATION OF CONTRACT
TITLE: Ammunition, Targets, Handcuffs,
and Pepper Gas and NO.: 680-000-99-1
BID NO.: 33-680-000-A EFFECTIVE: July 20, 1998
through
CONTRACTOR(S): Andersen Munitions, Inc. (A) SUPERSEDES: 68 000- 8-11y 19, 1999
Central Public Safety (M)
Defense Technology (A)
Delta (B)
Florida Bullet (A)
Gulf States (A)
Hamilton Uniform (A)
Law Enforcement Supply
Lawmen's & Shooter's Supply (A)
Longbow, Inc. (A)
Maverick (A)
Mace International (A)
Oaks (A)
Security Supply (M)
Ultramax (A)
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SH
BROUGHT TO THE ATTENTION OF GENNY BOYNTON AT (850) 488-7996 SUNCOM 278-7996 E-MA
mailto:boyntop(a�dms state n —
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on Jun
a contract has been executed between the State of Florida and the designated contractors.
B. EFFECT - This contract was entered into to provide economies in the purchase of Ammunition, Targets, Handcuffs
Pepper Gas by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florid
all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with t
specified.
C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instr
Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase or
show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices e
purchase order totaled (This requirement may be waived when purchase is made by a blanket purchase order.)
D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the require
contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribe
time, then form PUR 7029, Request for Assistance, is to be filed with this office.
E. SPECIAL AND GENERAL CONDITIONS,- Special and general conditions are enclosed for your information. An
restrictions accepted from the supplier are noted on the ordering instructions.
F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your inpu
recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days p
expiration date of this contract.
Authorized Signature GB/crw Attachments
Thursday, January 21, 1999
10:48 AM
99- 129
�� � } �� FY Ali, } t 1rawa+3�s"mzrorvasryse•t"°cwRazvrau� ri I�s++:�€t�s.
t J i
ti^GY p 1 ! 1
FIR
SPECIAL CONDITIONS Page 1 of 4
SPECIAL CONDITIONS
PURPOSE
The purpose of this bid is to establish a 12 month contract for the purchase of Ammunition (New and Reload), Targets,
Handcuffs and Pepper Gas by all State of Florida agencies and other eligible users in accordance with Eligible Users
paragraph, General Conditions. It is anticipated that the contract will be effective from July 20, 1998 through July 19,
1999.
ADDITIONAL ELIGIBLE USERS
In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal
agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire to
purchase under the terms and conditions ofthe contract.
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made
under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the
State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made
under this contract.
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $1,800,000 under
any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and
should not be construed as representing actual figures under the contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the
Division of Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech
impaired, please contact the Division by usingthe Florida Relay Service which can be reached at 1 (800) 955-8771
(TDD).
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical
documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable
technical requirements of the ITB and to allow atechnical evaluation of the product. Failure to provide the required
technical documentation with the bid submittal shall make the biddernonresponsive, unless the Division of Purchasing, in
its sole discretion and in the best interest of the State, determines the acceptability of theproducts offered through
technical documentation available within the Division as of the date and time of bid opening. Such authority of the
Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical
documentation, nor shall any bidderassume that such documentation is otherwise available to the Division. The State
shall not be responsible for the accuracy of the technical documentation in its possession.
DELIVERY REQUIREMENTS
All prices bid shall include delivery to purchaser within 30 days after receipt of purchase order. The delivery may be
more than 30 days if directed by purchaser in writing.
AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS:
On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this
information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a
Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT
ADMINISTRATOR, for review and approval prior to implementation.
Thursday, January 21, 1999 10:48 AM
99- 129
SPECIAL CONDITIONS
Diskette must be formatted as: Page 2 of 4
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins:.5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
Failure to submit the information required in this section will be grounds for disqualification of our b'
from any resulting contract.
Y td and/or removal
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section e 247A
and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall
unilateral cancellation of the contract. () of the Immigration
be cause for
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
may not submit a bid on a contract to provide an
with a public entity for the construction orrepair of a public building or public work, may not sub public entity crime
y goods or services to a public entity, may not submit a bid on a contract
real property to a public entity, may not be awarded or perform workas a contractor, supplier, subcontractor,
consultant under a contract with ansubmit bids on leases of
threshold amount provided in f s. 287.017 for CATEGORtYs and Y TWO for a period of 3 n�ctor, or
placed on the convicted vendor list.Y Publuunhty in excess of the
months from the date of being
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
The Division of Purchasing herely imposes a vendor surcharge fee of I % on contractors' sales under
resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and
separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to Purchase any contract
other than the resulting State contract, such purchases shall be in accordance with Chapter 287 p cannot be added as a
Administrative Code. P hase from a source
S•, and 60A Florida
After receipt of payment from the contract purchases, all vendor surcharge fees shall be
later than 15 days after the end of each quarter.
Payable
to the State of Florida no
Vendor surcharge fee and contract number should bd noted on the check and remitted to:
• State of Florida
• Department of Management Services
• P.O. Box 5438
• Tallahassee, FL 32314-5438
Contract supplier shall furnish the Division of Purchasing a detailed summary
submission of these Sales Summary reports and corresponding vendor surcharge deposats�the co of each quarter. By
their correctness All such reports and fee deposits shall be subject to audit by the State of Florida.
is certifying
Failure to comply with these requirements will result in the contract supplier being found in default,a
and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the
and may result in immediate, unilateral cancellation of your contract by the Division of Purchasing.in which case any
defaulting contractor
SUMMARY OF TOTAL SALES g'
Thursday, January 21, 1999
1�
F
10:48 AM
99- 129
SPECIAL CONDITIONS j7, Page 3 of 4
Contract supplier shall furnish the division of Purchasing a detailed Summary of Sales at the end of each quarterly
contract period. Sales Summary shall include State contract numbers, contractor's name, the total of each commodity
sold. Failure to provide this information, including no sales, within thirty (30) calendar days following the end of each
quarter may result in the contract supplier being found in defaultor unilateral cancellation of your contract by the
Division of Purchasing.
PRICE LISTS (This paragraph applies to "Balance of Line" for Pepper Gas).
On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price
list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For
Windows file. Any subsequent revisions shall be submitted in the same format to the Division of Purchasing
CONTRACT ADMINISTRATOR, for review and approval prior to implementation.
Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
The Division of Purchasing, at its discretion, may allow the contract holder to configure its own PRICE LIST of eligible
offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any
subsequent price changes must be reviewed and approved by the Division of Purchasing Contract Administrator before
they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this
section will be grounds for disqualification of your bid and/or removal from anyresulting contract.
MINIMUM ORDER
Prices bid shall include delivery to the ordering agency for orders totaling $100 for ammunition, targets & handcuffs and
$250 for pepper gas and accessories. Orders of less than $100 for ammunition, targets, & handcuffs and $250 for gasses
and accessories will be shipped prepaid with transportation charges added to the invoice as a separate item. At the option
of the ordering agency, purchases of less than $100 may bemade on a local basis rather than in accordance with contract.
This provision shall not be used by an agency to circumvent the intent of thecontract. Purchase orders may contain items
from two or more contracts provided each item is identified by contract number.
QUANTITY DISCOUNTS
Bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in the
space provided on ordering instruction sheet. Such discounts will not be considered in evaluation of bid.
INTERNET HOME PAGE
The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP)
is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term
Contracts and product information to eligible users and other interested entities who may subscribe to this service and pay
the appropriate access fee.
While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on
the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by
the Division of Purchasing. As of the writingof this solicitation, Netscape Navigator 3.0 is the DOP browser standard.
The DOP intends to upgrade to new browser versions as theybecome available and fully tested, at its discretion. The
Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the
Thursday, January 21, 1999 10:48 AM
99- 1.29
SPECIAL CONDITIONS0 0 Page 4 of 4
Ordering Instructions page of the bid.
PURCHASING CARD PROGRAM
The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network. Vendors
will receive payment from die purchasing card in the same manner as other Visa purchases. Please indicate your ability to
accept Visa in the space provided on the Ordering Instruction sheet of the bid.
VENDOR RESPONSE SYSTEM
To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between
7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State agencies. The system can
accommodate English and Spanish speaking callers.
INSURANCE, WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation Insurance for all of
his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the
subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such
employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida
Workers' Compensation law. In case any class of employees engaged inhazardous work under this contract at the site of
the project is not protected under the Workmen's Compensation statute, the Contractor shallprovide, and cause each
sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not
otherwise protected.
CERTIFICATION
An executed copy of Manufacturer's Certification, on page , applies only to Ammunition (New & Reload), and
Pepper Gas and shall be completed by manufacturer to indicate their authorized sales and service representatives and
returned as a part of this bid. If bidding more than one (1) manufacturer's brand, reproduce as many copies of this page as
needed. Failure to respond to this will subject the bid to rejection.
INSURANCE
Successful vendor for Ammunition and Pepper Gases shall provide within 10 days of notification, a State of Florida
Certification of Insurance, and agree to maintain such insurance until the completion of the contract. The limits of
liability shall be Comprehensive General Liability-$1,000,000 combined single limits. The Insurance Company shall be
licensed to do business in Florida, and rated with a minimum of A- or aminimum of 6 for the financial performance index
by A.M. Best Company.
BALANCE OF LINE, FOR PEPPER GAS
The bidder shall bid a balance of line for Pepper Gas which will include all options and accessory items listed in the
manufacturer's price list at a fixed discount. To be eligible for a balance of line award, the bidder must receive an award
for one of the specified pepper gases (Item No. 529 through 532). Items in the balance of line which are duplicative of
those specified (CN, CS OR OC) will be deleted. The Division of Purchasing reserves the right to accept or reject any
individual item(s) offered as balance of line.
EVALUATION/AWARD/PRICE PREFERENCE
Bids will be evaluated and awarded statewide on an individual item basis. As provided for Section 287.0945(b), F. S. a
price preference may be given to any bid submitted by a Certified MBE (FS 287.057 and 287.945) that also meets all
other bid requirements. A price preference of 5% will be given to Certified MBE's in evaluation and award of this
contract (example if a low bid is received from a non -minority bidder of $100,000 anda higher bid of $105,000 is
received from a Certified Minority bidder, the Department may award the bid to the Certified Minority bidder). Allother
provisions Award Paragraph, General Conditions, remain in effect.
Thursday, January 21, 1999 10:48 AM
1 Cy- t-1
SPECIFICATIONS Page 3of4
NUMBER(S):SEE TABLE I
1.0 SCOPE AND CLASSIFICATION
1.1 Scope: This specification covers metal handcuffs.
1.2 Classification: Handcuffs shall be classified according to the commodity number and description as listed in TAB
2.0 APPLICABLE PUBLICATION(S)
2.1 The following publications (issue in effect on date of invitation to bid) shall form a part of this specification:
National Institute of Justice (NIJ) Standard 0307.01 (copies may be obtained from National Institute of Ju
Technology Assessment Program, Box 6000, Rockville, MD 20850), Telephone Number 301-251-5060.
3.0 REQUIREMENTS
3.1 General: Handcuffs shall be constructed of steel (carbon or stainless) unless otherwise specified. Steel han
have two cuffs, each cuff with a double lock, multi -ratchet and pawl position stops and each cuff permane
attached with the other by either a hinge or chain device when required.
Each steel handcuff set shall be with two standard functional keys and the cuffs shall have an interchange
system in which the keys of one manufacturer's brand is functionally effective in the cuff locking system
brands.
3.1.1 Steel handcuffs shall be in compliance with the National Institute of Justice Standard 0307.01 and have N
3.2 Technical Documentation For Bid Evaluation If bidding other than the make(s) and model(s) specified in
technical documentation shall be provided to demonstrate compliance with the following requirements:
Material, design and configuration
Manufacturer's specification sheet(s) or technical publication(s) are acceptable to demonstrate compliance
above requirements. Individual specifications and requirements must be addressed; a general statement su
"complies with all requirements" is not acceptable. Products bid must meet or exceed all specifications.
4.0 SAMPLING AND INSPECTION
4.1 Random Samples: Samples of delivered items may be selected at random and tested for compliance with t
specifications. If it is found that the delivered commodities are not equal to or better than the bid specifiea
Division of Purchasing may proceed as stipulated in the "General Conditions" of the bid.
5.0 PREPARATION FOR DELIVERY
5.1 Packaging: Unless otherwise specified, commercial packages in conformance with ICC shipping regulatio
acceptable under this specification. _
5.2 Packing: Unless otherwise specified, the subject commodity shall be packed in substantial commercial co
the type, size, and kind commonly used for the purpose, so constructed as to insure acceptance and safe d
the point of destination called for in the purchase order.
5.3 Marking: Unless otherwise specified, shipping containers shall be marked with the name of material, class
quantity contained therein, name of contractor, and purchase order number.
5A Toxics in Packaging: Packaging shall comply with the require-ments of Florida Statute 403.7191.
6.0 NOTES
6.1 Commodities procured under this specification shall not deviate form those originally contracted for with
approval from the Division of Purchasing.
6.2 This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future pur
contract for the commodities described herein.
6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bi
encouraged to report such availabilities to the Division of Purchasing for determination of price preferenc
according to Section 287.045, Florida Statutes. See RECYCLED CONTENT INFORMATION REPORT
included in this bid package.
SPECIFICATIONS
PEPPER GAS
Specification
No.: 680-800
Effective
Date: 03-18-98
(Rev.)
1.0 SCOPE AND CLASSIFICATION
1.1 Scope: This specification covers the requirements for pepper gas [Oleoresin Capsicum (OC), Chloroacetophenone
Orthochlorobenzalmalononitrile (CS)] in spray cans in varying concentrations and mixtures.
1.2 Classification: Classification shall be in accordance with the following commodity numbers:
Commodity Number Description
Thursday, January 21, 1999 10:49 AM
99- 1fW
99
SPECIFICATIONS 0 Page 4of4
680-800-665 OC
680-800-675 CN
680-800-685 CS
680-800-690 CN/OC
680-800-695 CS/OC
680-800-750 Balance of Line
2.0 APPLICABLE PUBLICATIONS
There are no other applicable publications.
3.0 Requirements
3.1 Technical documentation shall be provided with the bid response clearly defining each product bid. A date
manufacturers' price list shall be submitted also. Manufacturers' price list shall be the most current list.
Documentation shall describe the type of propellant used. Material safety data sheets (MSDS) must be prov
the bid and with all product shipments.
3.2 HCFC Dynel-22 shall not be used as a propellant.
4.0 SAMPLING AND INSPECTION AND TESTING
4.1 Samples for testing are not required for this bid.
5.0 PREPARATION FOR DELIVERY
5.1 Packaging: Standard commercial packaging shall be used. Packaging shall provide adequate protection to the pro
insure that it arrives in a usable satisfactory condition.
5.2 Markin Individual container shall be marked in a fashion that clearly identifies the product.Should the product
an expiration date it must be included on the product container.
5.3 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.7191.
6.0 NOTES
6.1 Commodities procured under this specification shall not deviate from those originally contracted for without writt
from the Division of Purchasing.
6.2 This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future purchase, a
for the commodities described herein.
6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders ar
to report such availabilities to the Division of purchasing for determination of price preference eligibility accordin
287.045, Florida Statutes. (See RECYCLED CONTENT INFORMATION REPORT form included in this bid pa
Thursday, January 21, 1999
10:49 AM
99- 129
r
PEPPER GAS IN SPRAY CANS D Page 1 of 6
PEPPER GAS IN SPRAT' CANS
PRICE SHEET
Manufacturer's
Mfg/Supplier Price Discount Vendor
List
Number
and
Date
Defense Technology Corp. Retail Police Prices 30 % Defense Tech.
May 11, 1998
Balance of Line Items other than those containing CN, CS or OC in spray cans are included under Balance of Line. (Purchase of
Balance of Line by State agencies is not mandatory.) All items listed in the manufacturer's Price List are included.
Fixed Percentage Discount from Price List for Balance of Line 30 %
Manufacturer Name: Defense Technology Corporation of AmericaPrice List Number or Name: Full Line Retail Police Prices Price
List Date: May 11, 1998 (Price list does not reflect these discounts. Agencies must deduct the discount from the price list.)
Vendor: Defense Technology Corporation of America
Price Sheet
(See Ordering Instructions for placing orders)
Model Product
Number Code
Description
Price
Premium Leather Holsters
2803
Snap MK-3
27.30
2803V
Velcro MK-3
27.30
2806
Snap MK-6
19.60
2806V
Velcro MK-6
19.60
Synthetic Holsters (Rubber)
2707
MK-6 Left -Hand, P-T-D
10.40
2708
MK-6 Right -Hand, P-T-D
9.21
Nylon Holsters (with Velcro Closure)
2903
MK-3
11.51
2904
MK-4
13.81
2906
MK-6
11.51
2909
MK-9
10.40
MK-46 Riot Extinguisher Accessories
1515
MK-46 Sling
41.51
5746A
MK-21/46 Hose with wand
56.43
Non -Pyrotechnic Grenades, Indoor Use -Non Launchable
2040
T160C
Flameless Expulsion ABS Plastic-OC
41.51
2041
T16CN
Flameless Expulsion ABS Plastic-CN
40.32
2042
T16CS
Flameless Expulsion ABS Plastic -CS
36.90
2043
T16P
Flameless Expulsion ABS Plastic -Practice
32.30
Pyrotechnic Grenades, Outdoor Use -Launchable
1071
#2CN
Continuous Discharge-CN
32.30
1072
#2CS
Continuous Discharge -CS
28.81
1073
#2S
Continuous Discharge -White Smoke
33.41
1081
#3CN
Continuous Discharge-CN
30.00
1082
#3CS
Continuous Discharge -CS
27.62
1083
#3S
Continuous Discharge -White Smoke
30.95
1025
#4CN
Triple Charger, Separating-CN
42.62
1026
#4CS
Triple Charger, Separating -CS
41.50
1027
#4S
Triple charger, Separating -White Smoke
43.81
1091
# 15CN
Rubber Ball-CN
30.00
1092
# 15CS
Rubber Ball -CS
27.62
1093
# 15S
Rubber Ball -White Smoke
28.81
1015
#98CN
Tactical Continuous Discharge-CN
23.02
1016
#98CS
Tactical Continuous Discharge -CS
21.90
1017
#98S
Tactical Continuous Discharge -White Smoke
23.02
37/38 mm Indoor Use, Non -Pyrotechnic
Thursday, January 21, 1999
10:53 AM
4. 99- 129
PEPPER GAS IN SPRAY CANS
1160
1161
1162
1163
1190
1191
1192
1193
1140
1141
1142
1143
37/40 Indoor Use, Non Pyrotechnic
1260
1261
1262
1263
1290
1291
1292
1293
12 Gauge Indoor Use, Non Pyrotechnic
3010
3011
3012
3013
3090
3091
3092
3093
37138 mm Outdoor Use, Pyrotechnic
1151
1152
1153
t;
# 140C
# 14CN
Liquid Barricade (Red Dye)-OC
# 14CS
Liquid Barricade (Red Dye)-CN
# 14P
Liquid Barricade (Red bye) -CS
#T140C
Liquid Barricade D� e)-Practice
#T14CN
Powder Barricade OC
#T14CS
Powder Barricade-CN
#T14P
Powder Barricade -CS
#T210C
Powder Baricade-Powder
#T21 CN
Muzzle Blast Dispersion-OC
#T21CS
Muzzle Blast Dispersion-CN
#T21P
Muzzle Blast Dispersion -CS
Muzzle Blast Dispersion -Practice
#40-14
#40-14
37/40 mm, Liquid Barricade-OC
#40-14
37/40 mm, Liquid Barricade-CN
#40-14
37/40 mm, Liquid Barricade -CS
#40-T14
37/40 mm, Liquid Barricade -Practice
#40-T14
37/40 mm, Powder Barricade-OC
440-T14
37/40 mm, Powder Barricade-CN
#40-T14
37/40 mm, Powder Barricade -CS
37/40 mm, Powder Barricade -Practice
#230C
#23CN
12 Ga. Liquid Barricade-OC
#23CS
12 Ga. Liquid Barricade-CN
#23P
12 Ga. Liquid Barricade -CS
#T230C
12 Ga. Liquid Barricade-P
#T23CN
12 Ga. Powder Barricade-OC
#T23CS
12 Ga. Powder Barricade-CN
#T23P
12 Ga. Powder Barricade -CS
12 Ga. Powder Barricade
-Practice
# 12CN
# 12CS
#I2S
37138 mm Long Range (150 Yards)Model
1181
17
1182
#17CN
1183
#17CS
17S
37/38 mm Short Range (75 Yards)
2001 Model
17#
2002
# 17CN
2003
#17CS
1171
#17S
1172
#19CN
1173
#19CS
37/40 mm Outdoor Use, Pyrotechnic
#19S
1281
1282
#40-17
1283
#40-17
37/38 mm Specialty Rounds
#40-17
1196
#27A
1197
#27B
1198
#28A
1199
#28A
1176
1178
#20W
37/40 mm Specialty Rounds
#20F
1296
#40A
1297
#40B
8. inch Casing
Thursday, January 21, 1999
Heavy Barricade Penetrating Round-CN
Heavy Barricade Penetrating Round -CS
Heavy Barricade Penetrating Round -
White Smoke
150 Yard Range-CN
150 Yard Range -CS
150 Yard Range -White Smoke
75 Yard Range-CN
75 Yard Range.CS
75 Yard Range -White Smoke
5 Submunition Round-CN
5 Submunition Round -CS
5 Submunition Round -White Smoke
37/40 mm, 150 Yard Range-CN
37/40 mm, 150 Yard Range -CS
37/40 mm, 150 Yard Range -White Smoke
Multiple 32 Cal. Rubber Bails,
5.5inch Casing
Multiple 32 Cal, Rubber Balls,
8.0 inch Casing
Multiple 60 Cal. Rubber Balls,
5.5 inch Casing
Multiple 60 Cal. Rubber Balls,
8.0 inch Casing
5 Wooden Batons, 8.0 inch Casing
5 Foam Batons, 8.0 inch Casing
Multiple 32 Cal. Rubber Balls,
4.8 inch Casing
Multiple 60 Cal. Rubber Balls,
Page 2 of 6
20.71
20.71
19.60
17.30
23.02
23.02
21.90
18.41
23.02
23.02
20.71
18.41
23.02
23.02
20.71
18.41
23.02
23.02
20.71
18.41
5.80
5.80
5.80
5.24
5.80
5.80
5.80
5.24
44.92
-3.81
41.50
23.02
20.71
22.38
23.02
20.71
22.38
32.30
30.00
31.11
23.02
20.71
22.38
16.11
19.60
18.41
21.90
18.41
20.14
19.60
21.90
10:53 AM
99- 199
PEPPER GAS IN SPRAY CANS
(
'
1298
Page 3 of 6
1299
#40F
3 Wooden Batons, 4.8 inch Casing
18.41
1225
#40BR
3 Foam Batons, 4.8 inch Casing
20.14
12 Gauge Specialty Rounds
1 Single Bean Bag, 4.8 inch Casing
21.90
3015
#23RS
Single Rubber Sabot (Discontinued) See 43021
3016
#23RP
below
3017
#23SB
Multiple 32 Cal. Rubber Pellets
5.56
3018
#23WB
Single 69 Cal. Single Ball
5.87
3020
#23HV
Single Wood Baton
5.87
Multiple 32 Cal. Rubber Pellets
3021
#23FS
(High Velocity)
5.87
3025
#23BR
Single Fan Stabilized Rubber Projectile
5.87
Gas Guns
Single Bean Bag filled with #9 Shot
1314
6.11
1315
#1314
#131
37/38 mm Gas Pistol
431.83
1316
# 1315
6
37/38 mm Gas Gun, Full Stock
555:16
1319
#131
37/38 mm GaGun, Tactical s G
493.49
L8, 6-Shot Gas Gun -Folding Stock
1322
#1322
with 8" Munition Capacity
1793.6
'
L8, 6-Shot Gas Gun -Folding Stock
Gas Gun Accessories
with 8" Munition Capacity
1,793.6
1308
1309
#1308
# 1308
Carrying Case, L8 Gas Gun (folding stock)
166.59
1310
#1309
Web Sling, L8 (both models)
12.38.5
1311
# 1311
Carrying Case, L8 (composite stock)
166.59
1312
1313
# 1311
Padded Sling, L8 (composite folding stock)
Carrier, Gas Pistol
166.5
1320
# 1313
Carrier, Gas Gun
32.62
06
1341
#1313
#1341
Cleaning Brush, 37/39 mm
56.75
1342
1517
# 1342
134
Stock, Composite L8
Stock, L8 Folding
11.11
11.11
1510
#
#GP
Vest, Grenades & Projectiles
113.49
Grenade Launchers
Vest, 37/38 mm Ammunition
115.95
146.7
1350
78.97
1370
#100
12 Ga. (#2, #3, & #4 Grenades)
93.81
Tactical Launcher for 12 Ga. Shotgun
1380
#34
(for #98 Grenades & Stand-off for TKO )
59.2I
1390
Launching Cartridges
#3
12 Ga. (# 15 Rubber Ball Grenades)
37/38 mm (#2, #3, & #4 Grenades)
86
86.35
35
1210
.
1270
#35
5
#3
12 Ga. (#33, #34, & # 100 Launchers)
5. 24
24
Gas Masks & Accessories
37/38 mm (432 Launcher)
1497
.
1498
1499
#68SM
#68MD
Tactical, w/Single Canister
193.65
1497C
468LG
Tactical, w/Single Canister
Tactical, w/Single Canister
193.65
#68SM
Tactical, w/ Nosecup, Fast Don,
193.65
1498C
#68MD
Single Canister
'tactical,
227.00
w/ Nosecup, Fast Don,
1499C
#68LG
Single Canister
227.00
Tactical, w/ Nosecup, Fast Don,
1487
#69SM
Single Canister
227.00
Tactical, w/ Nosecup, Single Canister,
1488
#69MD
Fast Don, Flexible Full View Facepiece.
161.90
Tactical, w/ Nosecup, Single Canister,
1489
#69LG
Fast Don, Flexible Full View Facepiece
161.90
Gas Mask Accessories
Tactical, w/ Nosecup, Single Canister,
Fast Don, Flexible Full View Facepiece
161.90
1419
41503
Filter Cartridges,
Set of two, #65 Gas Mask
1502
Single Canister, #67/68 Tactical Gas Mask
32-06
1413S
Single Canister, #69 Tactical Gas Mask
1435
Nosecup, #65/#67/#68 Gas Mask - Small
37.
.62
1413L
Nosecup, #65/#67/#68 Gas Mask - Medium
.85
1621
*511
Nosecup, #65/#67/#68 Gas Mask - Large
Fast -Don Head
53.02
Harness, #65/#67/#68 Gas Mask
Utility Gas Mask Carrier, Nylon, #67/#68
36.02
90
Thursday, January 21, 1999
1 7.3
.30
10:53 AM
77 {
,�:4"K
PEPPER GAS IN SPRAY CANS
1675
1617
1614
1615
1616
1425
1492
1491
Gas Mask Replacement Parts & Misc.
1455
1401
1441
1443
1442
1444
1453
1679
1457
1458
1456
1463
1464
1465
1466
1467
1468
1469
1470
1471
1472
1474
1476
1477
* 580
1430
1432
1433
* 434
1478
1436
Distraction Devices and Accessories
7000
7001
7002
7005
7006
7008
7003
7007
7011
Aerial Distraction Device
3019
Stinger Rubber Ball Grenades
1088
1089
1090
Breaching Round & Accessory
3105
Thursday, January 21, 1999
#25
#25
425
DAB
DDV
DDT
DDD
4 Gram
Omni Blast 100
)
Gas Mask Carrier -.v/Pockct, Heavy Duty Tactical
Lens Cover, Clear (package of 6)
Lens Cover, Smoke (package of 6)
Lens Cover, Mirror -Reflective (package of 6)
Lens Cover, Yellow (package of 6)
Corrective Lenses, Optical Insert
ESP Communications System
Conversion Kit, Mod 69, Masks
ESP Communications System
Conversion Kit, Mod 68, Masks
Replacement Rubber Head Harness #67/68 Gas Mask
Replacement Sniper Plug (yellow) for #65 Gas Mask Only
Cleaner & Sanitizer (Accommodates up to 60 masks)
Lens Cleaning Station
Fog Pruf--P
Fog Pruf
I.D. Tag, Black with Fastener, each
I.D. Tag, Brass with Fastener, each
Mask Lens for 65 Mask
Lens Ring Replacement Kit, #67/68 Gas Masks
Buckle Assembly of Gas Mask, #67/68 Gas Masks
Clamp, #67/68 Gas Masks
Buckle Assembly with O Ring, #67/68 Gas Masks
Exhalation Body Vale, #67/68 Gas Masks
Exhalation Valve Flappers, #67/68 Gas Masks
Exhalation Valve Cover (82382), #67/68 Gas Masks
Retainer Ring, #67/68 Gas Masks
Exhalation Valve Assembly, #67/68 Gas Masks
Exhalation Valve Body, #67/68 Gas Masks
Speaking Diaphragm, #67/68 Gas Masks
O Ring, #67/68 Gas Masks
Disc Valve, #67 Gas Mask
Spider Gasket, #67 Gas Mask
Adapter Assembly, #67 Gas Mask
Inlet Port Plug, #68 Gas Mask
Speaking Diaphragm, Complete, #68 Gas Mask
Gasket, Cartridge Receptable
Cartridge Receptable, #65 Gas Mask
Inhalation Valve Sear, #68 Gas Mask
Gasket, #67 Gas Mask
Inhalation Disc Valve, Nosecup Assembly,
#67/68 Gas Masks
Distraction Device, Gun Steel Body,
Reloadable
Reload, Distraction Device
Cleaning Kit, Distraction Device
Anderson Blasgage
Video, Distraction Device, (VHS only)
Tap, Distraction Device,
#25 Gun Steel Body
#25 Body & Reload Cutaway Dummy
Reload for Training (case of 24)
Non-Reloadable, Lightweight DD
#23 FB
12 Ga. Mini Flash Bang - Delivery
Range 50 meters (case of 25)
# 15RP
Stinger, with Rubber Balls and
# 15RP
Irritant CS Agent (case of 10)
Stinger, with Rubber Balls and
# 1 SRP
Inflammatory OC Agent (case of 10)
Stinger, with Rubber Balls
(case of 10)
#22
TKO Breaching Round
Page 4 of 6
53.02
18.41
40.32
40.32
48.41
85.24
340.8
248.7
27.62
2.22
31.11
51.83
18.41
10.40
3.33
3.33
36.84
21.90
5.71
9.20
4.76
4.37
4.52
5.71
4.52
13.81
10.40
23.02
6.67
5.71
4.28
27.62
5.16
90.95
4.13
10.40
6.27
4.37
2.22
64.2
622.
16.1
62.2
21.9
20.7
71.4
622.
830.
158.
469.
469.
460.
5.24
10:53 AM
99- 129
uWwPtr",U.� Xa.rei.1 4
INK ?:�PS u
., .. _ _....,..4 .•.,a, 7z,�4 L43'w�i 'J .r
PEPPER GAS IN SPRAY CANS
1370
Gun Locks
1330
1330-C
1331
1331-C
1332
1332-C
1333
1333-C
1335
1336
1337
1338
1339
1340
#100
#77
#77C
#78
#78C
#79
#79C
#80
#80C
#83
#82
#84
#85
#84B
Pepper Fog "Tear Smoke" Generator & Formulation
3032
4010
4030
4040
4041
4050
4011
4031
4060
Riot Helmet
FP-1 One Size Fits All N
Stand off Attachment for TKO
(or as #98 Grenade Launcher)
Gun Lock, Vertical Electric Model
Gun Lock, Crown Victoria or Caprice
Gun Lock, Vertical Key Model
Gun Lock, Crown Victoria or Caprice
Gun Lock, Horizontal Electric Model
Gun Lock, Crown Victoria or Caprice
Gun Lock, Horizontal Key Model
Gun Lock, Crown Victoria or Caprice
Electric Lock Head, No Bracket
(4 Hole Pattern)
Key Lock Head, No Bracket
(4 Hold Pattern)
Muzzle Down, Electric Gunlock
Muzzle Down, Key Gunlock
Muzzle Down Bracket, (Minus Lock Head)
Delay for Electric Gunlock
Pepper Fog Generator
Pepper Fog, CS Formulation, Quart
Pepper Fog, CN Formulation, Quart
Pepper Fog, Smoke Formulation, Quart
Pepper Fog, Smoke Formulation, Gallon
Pepper Fog, Flush Mix, Quart
Pepper Fog, CS Formulation, Pint
Pepper Fog, CN Formulation, Pint
Pepper Fog, OC Formulation, Quart
Page 5 of 6
59.2
125.
136.
147.
154.
136.
148.
147.
150.
100.
208.
220.
136.
47.6
1,697.
41.51
41.51
32.30
76.03
25.32
27.62
27.62
41.51
Practice & Inert Training Units eck Protection
Inert (Dummy) Classroom Grenades
177.30
1074 #2D
1084
Grenade, Continuous Discharge
#3D
10
Grenade, Continuous .Discharge
17.78
#4D
94
10# 15D
Grenade, Triple Charger
17.78
1018 #98D
Grenade, Rubber Ball
17.78
2044 #T16D
Grenade, Tactical
17.78
1210-D #35D
Grenade, T-16
17.78
1270-D #36D
Launching Cartridge, 12 Ga.
17.78
37/38 mm Practice Rounds & Components
Launching Cartridge, 37/38 mm
3.10
1684 #86P
4.21
1685
Practice Round, 37/38 mm,
1695 #87P
Refill Kit, Practice Round
14.76
37/3$ mm 712 Gauge, Inert#89P
(Dummy)
Repnming Tool, 37/38 mm
7.78
1164 Classroom Rounds
48.51
3014 #14D
Barricade Round, 37/38 mm
1154 #23D
#12D
Barricade Round, 12 Ga.
16.19
1184 # 17D
Barricade Round, Heavy
5.87
1144
Round, Long Range, 37/38 mm
17.14
1174 #21D
Round, Muzzle Blast, 37/38 mm
15.63
Inert (Dummy) Classroom Samples
5 Submunition Round, 37/38 mm
15.24
1177
1179 #20W
Wood Multi Baton, Sample
15.24
1088-D #20F
# 15D
Foam Multi Baton, Sample
13.89
1090-D # 15D
Stinger Combo RP/CS
13.89
1196-D #27A-D
Stinger Combo RP
13.89
1197-D #27B-D
Stinger Cartridge, 5 1/2" Casing
13.89
1198-D #28A-D
Stinger Cartridge, 8" Casing
6.11
1199-D #28B-D
Stinger Cartridge, 5 1/2" Casing
6.11
3016-D #23RP-D
Stinger Cartridge, 8" Casing
6.83
3015-D #23RS-D
12 Ga. Round
6.83
Publications
12 Ga. Round
5.87
9525
5.87
SWAT/SRT Instructional Manual
9521
for Tactical Teams
64.52
Explosive Entry Techniques for Tactical
Thursday, January 21, 1999
38.17
10:53 AM
99- 199
f
PEPPER GAS IN SPRAY CANS 0
L30-12
L30-01
First Defense OC Aerosol Units
5039
5049
5069
5089
5099
5721
5746
First Defense Inert Aerosol Training Units
5139
5149
5169
5199
5621
5646
Team
First Defense Product Catalog and
Specifications Manual
Product Catalog and Specification Manual
MK-3 Canister Contains 1.47oz
MK4 Canister Contains 3.Ooz
MK-6 Canister Contains 0.68oz
MK-8 Canister Contains 0.68oz
MK-9 Canister Contains 12.Ooz
MK-21 Canister Contains 21.0oz
MK46 Canister Contains 46.Ooz
MK-3 Canister Contains 1.47oz
'MK-4 Canister Contains 3.Ooz
MK-6 Canister Contains 0.68oz
MK-9 Canister Contains 12.Ooz
MK-21 Canister Contains 21.Ooz
MK-46 Canister Contains 46.Ooz
Page 6 of 6
8.89
25.40
11.35
13.40
10.90
7.50
41.35
154.20
185.30
8.25
10.30
48.30
25.85
123.15
154.25
First Defense Foam Delivery
5036
MK-3 Foam Box
5046
MK-4 Foam Box
.00
5136
MK-3 Inert Foam Box
112.00
1 .0
5146
MK-4 Inert Foam Box
80.80
First Defense - Red Dye - Steam Delivery
5037
MK-3 Red Dye
5047
MK-4 Red Dye
11.70
5067
MK-6 Red Dye
12.80
5087
MK-8 Red Dye
1 .40
60
Thursday, January 21, 1999
10:53 AM
99- 129
VENDOR: DEFENSE TECHNOLOC�dRPORATION OF AME... Page 1 of 2
VENDOR: DEFENSE TECHNOLOGY CORPORATION OF AMERICA
SPURS NO.:
ORDERING INSTRUCTIONS
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER:
VENDOR: Defense Technology Corporation of America (A)
STREET ADDRESS OR P.O. BOX: ORDERS ARE TO BE ADDRESSEDTO EITHER
OF THE FIVE LOCATIONS ON THE FOLLOWING PAGE
(Rev 27 Aug 98)
CITY, STATE, ZIP:_
TELEPHONE:
TOLL i;REE NO.:
ORDERING FAX NO.:
REMIT ADDRESS: Same as above
CITY, STATE, ZIP:
PRODUCT <WILL ACCEPT TfIE STATE OF FLORIDA PURCHASING CARD>
INFORMATION: DIRECT INQUIRY TO:
NAME AND TITLE: CONTACT EITHER OF THE FOUR LISTED COMPANIES
ADDRESS:
CITY, STATE, ZIP:_
TELEPHONE:
TOLL FREE NO.:
URL HOME PAGE ADDRESS:
ELECTRONIC MAIL ADDRESS:
DEFENSE TECHNOLOGY CORPORATION OF A11IERICA
SERVICE CENTERS
Law Enforcement Supply Co., Inc.
1814 Beck Ave
Panama City, FL 32405
PH: 800-637-6307
FAX 850-763-9031
SPUR# F 59265627 1 -001
Lawmen's and Shooters Supply
7750 9th Street, SW
Vero Beach, FL 32968
PH: 561-569-8700
FAX: 561-569-2955
SPUR# F 592223132 001
Lawmen's and Shooters Supply South
5185 S. University Drive
Davie, FL 33328
PH: 954-680-1567
FAX: 954-680-1571
SPUR# F 650487354-001
S.R.T. Supply
4450 60th Ave North
St. Petersburg, FL 33714
PH: 813-526-5451
FAX: 813-527-6893
SPUR# F 59 3281291 001
Metro USA
1950 N.W. 88 Court
Miami, FL 33172
PH: 305-477-6671
Thursday, January 21, 1999
10:58 AM
99- 129
VENDOR: DEFENSE TECHNOLOGpORATiON OF AA2E..,
Page 2 of 2
FAX: 305-477-9848
SPUR# F650265498-001
('Rev 27 Aug 98)
Thursday, January 21, 1999
10:58 AM
i
PERIOD
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: PROTECTIVE E UIPMENT
(PEPPER GAS MASK)
AWARDED TO: Metro USA
State of Florida Contract No. 680-000-99-1
$56,000
NUMBER OF BIDS nnr.T A n A wurr%rr, T. _
From: 1994 to Present Miami -Dade No. 5038-3/99-2
97-98-109
PRIOR CONTRACT AWARD: NONE
SUMMARY OF CONTRACTS, DOC
$149,115.00 (GSA)
$ 53,460.00 (GSA)
99- 129
C .
AWARD BENDER STATE OF FLORIDA
CONTRACT NO 680-000-99-1
ITEM: Protective Equipment
DEPARTMENT: Police
TYPE OF PURCHASE: On an as -needed contract basis until July 19,
1999.
REASON: The Police Department does not currently have
sufficient protective equipment, such as gas
mask, gas mask carrier, gas mask canisters,
conversion parts to retro-fit current gas mask to
new filters, to be issued to each sworn officer.
RECOMMENDATION: It is recommended that award be made to Metro
USA, awarded under existing State of .Florida
Contract No. 680-000-99-1, at a total contract
amount not to exceed $56,000.00; allocating
funds therefor from Account Code No.
001000.290201.6.075.
AwardStamcontract
99- 129