Loading...
HomeMy WebLinkAboutBack-Up DocumentsDetail by Entity Name Page l of Flondar=ar*,Tie,,ofState o=="v"c:="p-,:°^ / r�� r�'���'�_7'�''1[" m"ar',me"'mState / Division mc=omatin " / Search Records / Detail e,Document Number / Detail by Entity Name Florida Profit Corporation LOU'S POLICE DISTRIBUTORS, INC. pmnnmmnnation Document Number P07000070557 rEVs|mwumho, 26'0472002 Date Filed 0703/2007 Effective Date 0702/2007 State FL Status ACTIVE Principal Address 7815WEST 4THAVE NUE H|ALEAH.FL33014 MaxmnAuu,eos 7815WEST 4THAVENUE H|8LEAH.FL33U1* Changed: O4/ 3/2008 non/momuxnmmName uAddress R|CCO8DNO.Linda 7O15WEST 4TMAVENUE H|ALE8H, FL33O14 Name Changed: O1/21/2U13 Address Changed: O403/2OO8 Off icorfo/rector Detail Name & Address R]CCOBONO.UND8R 7815WEST 4TMAVENUE H|ALB\H, FL33014 Title VP, Treasurer, Secretary Detail by Entity Name Page 2 of 2 7815 WEST 4TH AVENUE HIALEAH. FL 33014 Annual Reports Report Year Filed Date 2017 03/22/2017 2018 04/09/2018 2019 03/25/2019 Document Images 03/25:2019—ANNI,;_ REPORT 04/09/2018 —ANNUAL REPORT 03122;2017 —ANNUAL REPORT 03;25:2016 —ANNUAL REPORT 04/10;2015 —ANNUAL REPORT 03/28/2014 — ANNUAL REPORT 01121/2013 —ANNUAL REPORT 04/03/2012 —ANNUAL REPORT 04/06/2011 —ANNUAL REPORT 04/16/2010 — ANNUAL REPORT 04/15/2009 — ANNUAL REPORT 0403;2008 —ANNUAL REPORT 07/03/2007 — Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format a!neda Department :f State, OON.s,o sf C r,GrLc,s http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/1 0/201 9 Detail by Entity Name Page 1 of 2 Florida Department of State 1,71;-�.ar � 9 Department of Sate / Division of Corporations / Search Records / Detail BY Document Number / DIVISION OF CORPORATIONS Detail by Entity Name Foreign Profit Corporation GT DISTRIBUTORS OF GEORGIA, INC. Filing Information Document Number F11000001985 FEI/EIN Number 20-5104876 Date Filed 05/04/2011 State GA Status ACTIVE Principal Address 100 McFarland Ave Rossville, GA 30741 Changed: 07/03/2018 Mailing Address 100 McFarland Ave Rossville, GA 30741 Changed: 05/01/2019 Registered Agent Name & Address INCORP SERVICES, INC. 17888 67TH COURT NORTH LOXAHATCHEE, FL 33470 Officer/Director Detail Name & Address Title President Orr, William J 11 Hillway Dr. Round Rock, TX 78664 Title Treasurer Orr, DeeDee 11 Hillway Dr. Round Rock, TX 78664 Title VP http://search.sunbiz.org/Inquiry /CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/10/2019 Detail by Entity Name Page 2 of 2 Brown, Tim 2222 Shark Loop Round Rock, TX 78664 Annual Reports Report Year Filed Date 2017 03/09/2017 2018 07/03/2018 2019 05/01/2019 Document Images 05/01 /2019 — ANNUAL REPORT 07/0312018 — ANNUAL REPORT 03/0912017 — ANNUAL REPORT 02/15/2016 — ANNUAL REPORT 01106/2015 — ANNUAL REPORT 02110/2014 — ANNUAL REPORT 01124:2013 — ANNUAL REPORT 01/1512012 — ANNUAL REPORT 05/04;2011 — Foreign Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Fo:.da 1•.d;•T?ntpf _.a__.=t..s..o Jf 'orcerar..^n s http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/10/2019 ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: MDC 1088-0/17 PROCUREMENT CONTRACTING OFFICER: Richard McLaren, C.P.M. DATE SUBMITTED: 06/04/2019 TITLE: Miami -Dade County Contract No. 1088-0/17 Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package ✓,Award Summary Form for Director or City Manager (if applicable) _ Agenda Item Summary Form (for Commission Approval — if applicable) Resolution (for Commission Approval — if applicable) Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package 171 Copy of Tally/Evaluation Results (score sheets, ranking or summary) Copy of Contract's Advertisement & Distribution information Copy of Contract/Solicitation Being Accessed Copy of Award Sheet/Approval Documents Copy of Proposal/Bid NOTES: Lou's Police Distributors and GT Distributors are the only two authorized Glock dealers. There are however many other vendors in this contract, refer to the attached matrix. APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, poli lies a I procedures. Ake. Annir��� t-O Direct c artment of Procurement 10/8/14 Infernal Services Department TALLY SHEET Bid Number: 1088-0/17 Bldmltle: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Old Opening Date: March 14,2012 Prepared by: MarNI%on L /� VanOed by, Conn e T core & Robin Webb Page 1 or 12 Vendor Name: Vendor FEIN: AOPIl3 AddreSk: SUNBII Address: Is thh Bid Responsive IN no, state reason): Local Preference Affirmed (Yes/NO): Conviction Disclosure (Yes/NO): Were Affidavits Completed: Registered Vendor (Yes/No): Incumbent Vendor (Yes/No): Indic3t05BD Ceracetlon: Collusion Affidavits: Vendor Contact: Vendor Phone II: Vendor Email N: Vendor FOX 871 9115TORE, INC. CLYDE ARMORY, INC. CPR SAVERS AND FIRST AID SUPPLY, MC CRIMINALISTICS, INC. DANA SAFETY SUPPLY DAWSON ASSOCIATE, INC. DGG TASER, INC. EMERGENCY VEHICLE SUPPLY S10497644 37/577133 618 2719 591271597 271557226 593625391 201763135 2231 Hollywood Blvd., Hollywood, FL 33020 Pending R4lst7atI0n Pending Re04140.lon and mfg. Lepers 7560 NW 9251., Mlaml, N 33168 1732 NW 75 Ave., Mlem4 M. 33126 INO BID) 3725 Younaarman [owl, Ste. 305, Jacksonville, FL 32244 46611Ohnfon NO.,Ste 1, Coconut Cr. FL 33073 2231 Hollywood Blvd., Hollywood, FL 39020 4800 Atlanta 14 ., Bogart, GA 30622 Cheek Address 7661 NW 82 St., FL 33166 701 Nearside Park Place, Ste. 310, Jacksonville, FL 32204 672S Youneerman Court, Ste. 305, Jacksonville, Ft 32244 4661 Johnson Rd., Ste 1, Coconut Creek, FL 93073 YES YES YES Yes YES YES YES YES— YES NO N0 YES YES N0 YES N0 NO • NO N0 N0 NO NO YES YES YES YES YES YE 5 YCS YES YES YE5 YE5 YES YES YES YES 1'6S N0 N0 NO NO NO N0 N0 NO N0 No No NO N0 N0 NO NO YE 5 YES YES YES YES YES YES YES Walter Phllbdrk Cade Patterson Eck 9emmon 25MMWorshare Marls 5ullny LW A, Sweal Robert 0. Wlndeshelm 1954)922.9255 1706)549.1542 (800)480.1277 (305)1615.6444 1305)639.6055 0366)626.8273 (866) 880.3871 FL1111torereaolcom Ic5alealledadrermont ore wateconsaver eon, IineWelelnellstlulncrom gig,YINno7ldve now BSnelermdu cola 3detdkl05coo 1954J 922.7009 (7061549.3332 1980)276401)2 1305i 895-3330 1305)639.6056 (904) 777.4802 (95/)475.5203 Requirement YES YES YES YES YES YES YES YES Section 2, p ra 2.6, 1 -Bidder provided es wool letter from Auhorised distributor or dealer of a mlg. Item R Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used 1 3M 2 e 11 Tactical X N0letle, X X 3 Acllon Truest 4 Aearo Products 5 American Aluminum A0c4a5odea, lee. X % 6 American Eagle No Lotto 7 Armedllo Truck Vault No Letter N04tter 8 Armor Acce4eorlea 9 Armor Forenake 10 Armor Huk1O10o 21 ASP, Inc. u lel. No Willa X 12 ASK No Letter Ne letter 13 Blenchl No letter X(SahrIImdL 14 El ha Pr0du64 Na later No Letter X X 1S BUMS, Products No Letter X 16 Bland.Haloh Corporation No Latter 17 BreakFwa No tailor No1.ett3/ No latter 28 Bushnell Nolellet No Letter X % 19 Omen). LLC fiat. er X 20 Cardinal Windbreak.. 21 CCI Mauer No Letter 22 Coll No letter 23 Combined Tactical System No Lena, No Letter ■ 24 Cop Top 25 CrImin4WBcn, Inc. X 26 CST Dunbar Producle 27 Dewa6 78 Federal Premium No Letter NO teller 29 OW Techtellogy No latter Na letter 30 Peerless Culla No Latter X 32 Paerla6 Mounts _ 32 Pelican Pr0d001e No Latter No Latter No Lotter 33 Pepperbel Technologies No Letter 34 PowerCons 35 Pr,clkm Ammunition 36 PNO911,O 0 No Lotter 37 Proppur Inlamalknai No lean 38 ProTech No later X(SaHrile.) 39 Flemington No Letter X 40 Pontotoc 41 Rlpp Real,elna, Inc. 42 SuiaHte.Nl Nolelle, No latter 103 rapt Ralf alf eAN m0KA1NN of PNW ONLY AND 13N01 oerMMWAetON or no Lowest neSTONSISURISPONSlel5 el0o1R(5) Internal Servfce7 Department TALLY SHEET Bid Number: 1088-0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Bid Opening Date: March 14,2012 Prepared by: Maria Nixon Verified by: Connie Thame & Robin Webb Po go 2 0l 1 Z Vendor Name: 9115TORE, INC. CLYDE ARMORY, INC. CPR SAVERS AND FIRST AID SUPPLY, LLC CRIMINALISTICS, INC. DANA SAFETY SUPPLY DAWSON ASSOCIATE, INC. DGG TASER, INC. EMERGENCY VEHICLE SUPPLY Vendor FEW: ADPICS Address: SUNBIZ Address: Is this Bid Responsive (II no, stale reason): local Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No): Were Affidavits Completed: Reglslered Vendor (Yes/No): Incumbent Vendor( Yes/No): Indicate SBO Cerflcallon: Collusion Affidavits : Vender Contact: Vendor Phone 44: Vendor Emell N: Vendor Fax II: 510497644 3)15'n133 61632119 591271597 271957226 593628391 20L763135 2231 Hollywood Blod. Hollywood, Ft 33020 PerMIM Ae8lstrallon Pendn6 M801ntlon and m10.lBllet 7560 NW 62 Sl., MIaM, f133166 1733 NW 78 Ave., MNmI, FL33316 tN0 NDJ 8725 wamp rman Coot, Ste. 305, Jacksonville FL 32244 4661 JOMIson RO., 5131, Comnm Creek FL 330/1 2231110IIYwo0d ma, Hollywood, F133020 4500 Atlanta Hwy., Bogart, GA 30622 Check Address 7561 NW 8351.. Miami, F133166 701 xW4nlda Party Place, Ste. 330, Jacksonville, FL 32200 0725 Yuwlyernlen Court, Ste. 305, Jacksonville, FL 31244 4661Iohnson Rd., Ste LCoconut Creek, FL 330)3 YES - YES YES YES YLS YES YES YES YES NO N0 YES YES NO YES N0 NO NO NO N0 N0 NO YE5 YES YES YES YES YES YES YE5 YE5 YES YES YES YES YES YES YES NO NO N0 N0 NO NO NO NO NO NO NO NO NO NO NO NO YE5 YES YES YES YES YE 5 YES YE5 Walter Phllbrlck Cade Patterson Eric Bergman Ienel Worsham Mark Sevlgny We A. Sweat Robert e. Wlndashelm (954)922.9256 (705)549.1842 (B00)411002)1 (305) 685.6444 1305)639.6055 (8661626.6173 (856)8003671 F1431eorn$BOL58m Indssesffilsiumandsm rafter s36rs coca ertrafter80) Ia31PerlminallsllcNM mom mseojgagg ldss.rum ga_ gm5ean sa lelSleva 1954)922.7009 (706) 549.3232 N275.7002 1305)035.3330 1305) 639.6055 (90a1777.4802 19541 928.5202 Item B Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used 43 PNH USA X 44 Pox Lab No letter No letter 45 Chemin 46 Onto, Hawk Amor _ 47 Ow Much No letter 48 Genola 49 °aloe No Letter No letter 50 01001 51 Clluve Tech 52 Gould a0o0dnah No l otter X _ 53 Gradient Lona Corporation 54 Guardian Tactical Syalerns 55 Hatch Clear No Letter 8(Selrland) 56 Hoyle Shields 57 Hawkey° 58 Hole°, Tech 59 Hoppoa(Buehnelq No Linter No Leiter Nolallar 60 Hoinady Nuletter No Letter _ 61 Klaebore No letter X (Sefu14nd1 62 Kuetom S LIBA Inc. X 63 Leta No Letter 64 Leopold No letter No teller 65 LRT Rangoa 66 Moncom No latter 67 Monadnock No 1.e4r X(S.Nnland) 6e MUINro Extreme Shook 69 M IIIIO,ce Optic. 70 Oakley 71 Slmmunldon NC teller No Oar 72 Smllh & Winston No Letter No Latter 73 Sprinplle8 Armory 74 SWIM, o 1411r 75 Slr.mAltt Inc No I otter No lawX X X 76 Slun-Cue 77 Sudecon 79 Surefire No letter No Jape X X 79 Thoregood BO Total Motel Jackal 61 Trillcon No leler No teller 82 Tru-Spat (Allance) No teller X 89 Whelan Eng:nearing Company, Inc. No Letter No Lehr X 84 Wklchesler NO letter No letter 85 W,,011c1, 3IMS IOW/Wan MAN IXOIGYIONof MOM ONLY AND NNW Otr00.4.44110x Or enl tawefi ae54ow141/44340n3,ere4,44,le Internal Services Department TALLY SHEET old Number: 1088.0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) aid Opening Date: March 14,2012 Prepared by: Marla Ninon Verified by: Connie Theme & Robin Webb Page 3 0112 Vender Name: 911 STORE, INC. CLYDE ARMORY, INC. CPR SAVERS ANO FIRST AIO SUPPLY, TLC CRIMINALISTICS, INC. LIANA SAFETY SUPPLY DAWSON ASSOCIATE, INC. OGG TASER, INC. EMERGENCY VEHICLE SUPPLY Vendor FEIN: ADPICS Address: SUNgIZAddress: 19 this old Responsive Cif n0, hale reason): local Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No(: Were Affidavits Completed: Registered Vendor (Yea/No): Incumbent Vendor(Yes/Noj: Indicate SOD Cerflcatlon: Collusion Affidavits: Vendor Contact: Vendor Phone 91 Vendor Emoll R: Vendor Fox 6: 520497644 371577133 61811/L9 5912/159/ 27135/226 593628391 201763135 2231 Hollywood Blvd., Hollywood, FL 3/020 Pending Reeistullan Mantling Registration and mfg. letters 7560 NW 92 St., Mlanll F13316E 1732 NW 78Ave., Mlsm1, F133126 (NO 010) 8715 You Bette r Court, Ste. 305. IacksonWlle. FL 37144 466110hmnn Rd., Ste I, Coconut Creak, Ft 330/3 2231ItaMvaotl Olvd., Hollywood, Ft 33020 9800 AtIanuN Hwy., Bogart, 30622 Check Address 7561 NW 82 St.. Muml, FL 33166 701 RNarnde vwk Place, Ste. 31Q letkaplwllla. FL 32100 m15 Youn4arman Court, Ste. 305, 12d.wnWllu, PI.32344 a6611ohnaon Rd„ Ste 1, Coconut Crook FL 91073 YES YES YES YES YES YES YES YES YE5 NO NO Y15 YES N0 YES NO NO NO NO NO NO NO YES YES YE5 YP5 YES YES YE5 YES _— . YE5 YE5 YES YES YES Yk5 YES YRS NO NO NO NO NO NO N0 N0 NO NO NO NO NO NO N0 NO YES YES YES YES YES 1.15 YES YE5 Waller Phll5dck Cade Paneuon Enceoreman /anal Worsham Mark5evlgny Lisa A.Swvat Robert B. Wluoastmlm (954) 922.9256 (2061549.1842 (800)480.1277 (305)885.6444 (30516394055 (866)6266.8273 (86618803871 fL9lister0 Pool con. IeulRubel vdearmerv.wm erl0Prot. saw isogon, u:nll.lirdrr um Puevlanvnick. cya IlsaPteatedee.com Sales IN levs,Wm (9sal 922./009 (706)549.3232 (480)125.7001 (305)8153330 (305)6 9,60S6 (904) 777.102 (954)428.5302 Items Add6Slonol Menuhelurero: Additional Manufacturers - ;Additional Manufaeturere Addidonel Manufacturers Additional Manufacturers .. AddlllonarMon6facturan . Additional Manufactured Additional Manufacturers. � Addltirinal M9nu7acturefs 86 Aimpublt Inc. 87 Apollo Video Technology 88 0eneon!a bout Company 69 Bcretlu USA 90 Big STY HadllInc. a 91 'booking Industries Inc. a 92 Bulldog Cases 8 WW1, Pwdu6ls 99 CnaGyne, Inc 94 CMMG, Inc. 95 Cade 3 Pub2cselety Equipment Camdeny 8 96 Damascus Protect. Goer 97 Danner 98 Olalnondback Terkel, 116 99 Mack OPps• LLC Ora oa Gear Produce 100 OutYman Inc. 101 Earphone Coru,Glon 102 Ecco 103 Edison Company 104 Ewlet Inc. 106 Evans Group 107 Federal Signal 1013 PLIR 109 Rambalahns LTC 120 Garrett Maul Detector 111 Genial oyeamos Ordinance a Taticil SYsicros 112 Global Environment Restoration, Inc. 113 Gull. In 1114, - 114 Go Rhino Products 11S Gun Vault, Mc. 116 IIG2 Fact00 117 _ Howard lelghl 118 11um4n8 Restraint Company 119 lotto Desk . 120 L3 Communications Mobile vision, Inc. 121 1.3 Warrior System 122 La: n2 Menuiacturin. Inc. R 123 Laser Devices, Inc. 124 Leatherman Tool Group, Inc. & led tenser 125 NUR Instruments Inc. - 126 Magnum USA 127 MSA World N6adeu,ners 128 National Pallor Ammunnlon 129 Novo Electronics 3N1r1 N AN 110104111W 053WCISOMYAN0ISNOT o1Tuu1HAn0H of 1H6 WW1. a0SPUN2l0#11 0Po1116L6 100001 internal Services Department TALLY SHEET Bid Number: 1088.0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre-Quallficatlon of Bidders) gild Opening Date: March 14,2012 prepared by: Marla Nixon Verified by: Connie Theme & Robin Webb Pegs 4 of12 Vendor Name: Vendor FEIN: AOPICS Address: SUNBIZ Address:McMOnvllla, IS this Bid Responsive Ili no, State reason): Loral Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No): Were Affidavits Completed: Registered Vendor (Yes/No): Incumbent Vendor(Yes/No): Indicate SBDCerICation: Collusion Affidavits: Vendor Contact: Vendor Phone N: Vendor Email N: Vendor Fax N: 911 STORE, INC. CLYDE ARMORY, INC. CPR SAVERS AND FIRST AID SUPPLY, LLC CRIMINALISTICS, INC. DANA SAFETY SUPPLY DAWSON ASSOCIATE, INC. DGG TASER, INC. EMERGENCY VEHICLE SUPPLY 510497644 371577133 61832719 59127159/ 2/1557214 593626331 201/63135 2231 Hollywood Blvd., Hollywood, FL 13020 Pending Registration Pending Registration and mfg. Letters 7560 NW 82 St., Miami, FL 33166 1732 NW 76 Ave, Miami, FL 33126 (NO MO)8715 YOun{erman Court, SW.305, Iacksonvilk FL 32244 46411onnonn NJ., Ste 1, Coconut Creek, FL 330/3 2231 Hollywood Blvd., Hollywood, FL 33020 4800 Atlanta Hwy,Bogart, GA 30622 Check Address 7361 NW 82 St., Maml, F133166 701 Riverside Park Na¢, Ste.3l0, FL 3220a ills YOuyarman Court,Ste. 305. Jacksonville, FL 32244 46611ohnaon lid., Ill 1, Cuco.wt clack, FL 33073 YES YES YES YES YES YES YES YES YES NO NO YES YES NO YES NO No NO NO N0 NO NO YE5 Yt5 YES YES YES YES YES YEs YES YES YES YES YES YES — YES NO No NO NO N0 N0 N0 NO NO NO NO NO NO NO NO N0 YES YES YES YES YES YES YES YES wakar Phllbrlok fade Patterson We Bergman Janet Worsham D.A. Sweet Robert O. Wlnd.,halul (954)972.9258 (704)549.1842 (000(001277 1305)605.6444 1305)63'14055 taw 880.3tl)1 ytssooWreNaal {am lrasafDNvdee ce cm,av m e,I2.c(400)275.7002 (Fn@nm lmelhOcsine cap IBsev n0N141<0m Felaseelnvs cam (95a19tD%009 ('/06) 549232 (305)685.3330 (30516396056 904777.4602 1 1 (954)4285302 Item if Additional Maitulaoturen: Additional ManuNGIIMOn i i i ' 'Asddltlonel M{pu500 . ` Addltbnel Menufe4Rpren, 'Addmonal Menu(actuteia '. Addltlon,IMandfacturen , ,' Addl114nal Menu(1o90 ri' AddlUoMl Mgnuhel'lirers , 130 Polo) Blank Maw dam ® Rockwood Comp.'. mm ® 134 Sava . a Anna 5elea & Markelln. ...illy Lyullunmll c1,Or460n 133 Salina Manolmndlng Company, Inc. - —•� • • % 136 Smith A W arron % INEFE11111111=Ellk Stack•On Inc. 130 II 936Nudism, Star Ikea ht B Lantern Com. an Mc. Binoculars 142 ®Steiner Tater international Inc. Twins international leanulaeluler. Im'. 143 Timake Gto*P ■— Trance144 Police Products 115 ck Vault Secure Store a Solutions Truck Atz,r,.hlc. ®W1der MV5 o 131 1N,11 MMufnlu,in; Com en Pvasekee!r Products, Inc. V.H. Blahlnlon a GYmpanY, ins. tan. In lam,tlonai, Inc. Into, Comment: 1142cr will be wnndcna far amid upon IUder will be eun,beled for awud upon awa.n.e nnI kande, manna..wmpllanca ....Lao l.al,l,d:una MOO n1 nl.nuramme s k11n 1 sa5u,lun ul0d.4A, UM TAMS... 11.1111.11.01 US W.LYANo1a NO, A oMeRMINATION of Mt LOWCST 30101111PL/ROPOMMIct SIDOM111 Infernal Services Department TALLY SHEET 51d Number: 1088.0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Bid Opening Date: March 14,2012 Prepared by: Marla Nixon Verified by: Connie Theme & Robin Webb Pegs of12 Vendor Name: Vendor FEIN: AOPICS Address: $UNB12 Address:F19375E5903 Is IS This Bld Responsive (If no, stale reason): Local Preference Affirmed (Yes/No): Conviction Dlstlosure(Yea/No): Were Affidavits Completed: Registered Vendor(Yes/No): Incumbent Vendor (Yes/No): Indicate SBOCerficetlon: Collusion Affidavits: Vendor Contact: Vendor Phono 41 Vendor Email a: Fax R: FLORIDA BULLET, INC. FOX TABS INTERNATIONAL, INC. GL DISTRIBUTORS, INC. GT DISTRIBUTORS OF GEORGIA, INC. GULF STATES DISTRIBUTORS, INC. LAW ENFORCEMENT SUPPLY LAWMEN'S & SHOOTERS' SUPPLY, INC. LOU'S POLICE DISTRIBUTORS, INC. 592341725 363264969 650716987 105/09676 630803427 592656271 592123132 260472002 P.O.7497, Clearwater, FL 3375E 20751 mks Wed' CClinton Tewn.ldµ MI18036 16159 Pine Blvtl„Ste. 340, Pembroke Nlrc], F133019 P.O.Box 45tl,494307la, GA 30141 P.O. Sox 241387, Montgomery, Al3fi1T0 7]6]NW 335L, Miami, Fl33122 ]7509U Su1el5W,Vero each, FL 31968 7835 Watt 4lh Ave., Hialeah, FL 3103q' 1220 Rosen Street, Clearwater, 23732 Wes Strom S., Clinton Township. Mr4B03fi 16459 Pine 0l4., Ste. 340, Pembroke Pinet, F133039 100 M4Farland Ave., Ratwllle, GA30)41 6000 E.Sh flay lane, Montgomery, Al )fill% 8604 CAN Cameron Or., Ste. 105, Charlotte, NC UM Sveet SW, Wire each, FL 3296E 7835 West 4th Ave., Hlakvh, FL 33010 YES YES YES YES YES YES YES YES NO NU YES N0 N0 Old Nol Affirm N0 YES N0 NO NO NO N0 NU N0 N0 YES YE5 Yt5 YES YLS YE5 YES 195 YES YES YES YES YES YES YES YES NO N0 NO NO YES YE5 YES YES N0 NO NO N0 NU NO NO NO YE5 YES YES YES YES YES YES YES Tom Felone11) Edward L Fehtuson MarkNlman David B. Robin Conrad D. Nebel Alex Sas beto Gall Walker.xeen Linde Ricoobono 037) 461.6001 (403) 369.522) (954)441.14)3 I600)041.8950 1800)3334869 (600)637.6307 Mom 5624697 (305) 426.0000 WIYllorldabuB6l not p1f101u1ebs coo martBaidymbotors.m,q g30Aeuamdlsl OM taktsex0INrareIOW otre pId4Nlaws660Iv.tpm nw Ibdawvt FndaWlou.00llce tow (7171441.4477 (586)783.5151 1954)443.3474 (NW(NW40US0n6 WA 412/9-91fi1 (AS0) 531.3934 1712) 569.2955 (30s1524.920S Requirement YES YES YES YES YES YES YES YES 5e4tlon 2, pare dblrlbutor 2.6.1 -Bidder provided es proof letter Iron eolhorked r dealer of • mi. Item8 Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used manufacturer Used t 3M % 2 5.1I Tscdcai x 3 Action TW5ul 4 Neero Produce Na teller f Antalkali Aluminum AccueeurluA Inc. x 6 Amwrlcan Eagle x 7 Armadllo Truck Vault No letter 6 Armo4 Accessories 9 Armor Forensics - No letter No letter le Armor Hubinge 11 ASP, Inc. 8 % g - 82 ATK x No Letter % 13 Bianchi x )Svlvrlland) % (591arlland) 14 Bkckhawk Produces % % x x 15 Olsuer Product x 36 Bnnd•Nokh Corporation 17 OraakPrun % (Salsrllandl x)Llallend) 18 Bushnell 19 CamslBak LLC NC Teller % 20 Cardinal Windbreakers 21 CCI Bluer x 22 C011 No otter 23 Combined Tecdcsml SYaIe x 14 Cool p x 25 Crlminallell0e, Inc. 16 CST Burger Pruduel6 27 Derrell 28 Federal Premium % 29 Olio Techndo2y No letter 30 Pee, km COB 31 Peerless, Mounts 32 Pelican Prwlucle No letter % 33 Pepperbell Technologies _ 34 P000100m 35 Preclebn Ammon Ion 36 Progard % 37 Prewar International No letter x % 38 ProTech x(Sak, ilard) X(Sarariland) 39 Rondnnt0n 4D Remoter, 41 Rlpp Restrains, Inc. 42 Salerlsnd x _ % 0IIIAMINATI0N 07 MIrl0W131 6231ONawt/aen'UMr6160166IR15( Internal Services Oepsrime.nt TALLY SHEET Bld Number: 1088-0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Bid Opening Date: March 14,2012 Prepared by: Maria Nixon Ve'MFMb' by: Connie Theme & Robin Webb Pape a4112 Vendor Name: Vendor FEIN: ADPICS Address: SUNBIZ Address:pL Is this Bid Responsive Of no, state reason): Loral Preference Affirmed(Yes/No): Conviction Disclosure )Yes/No): Were Affidavits Completed: Registered Vendor(Yes/No): Incumbent Vendor )Yes/No): Indicate SODCe.11eatlon: Collusion Affidavit* Vendor Contact: Vendor Phone If Vendor Email a: Vendor Faxa: FLORIDA BULLET, INC, FOX LABS INTERNATIONAL, INC. GL DISTRIBUTORS, INC. GT DISTRIBUTORS OF GEORGIA, INC. GULF STATES DISTRIBUTORS, INC. LAW ENFORCEMENT SUPPLY LAWMEN'S & SHOOTERS' SUPPLY, INC. LOU'S POLICE DISTRIBUTORS, INC. 592341600 403364969 660/36957 205308e76 630603427 592656171 592223132 2604/2002 P.O.7497, Clearwater, FL 33758 20752 Mlk1 Street S., Clintonlinton Township, MI48036 38/59 Pine Blvd., Ste. 340, Pembroke pines, FL 33029 p,O.Boa 45B, Restyle!, 67130741 P.O. Box 14I367, Montgomery, M36134 7262NW 335t., Mimi, f133122 7750 91h SImNSW, Vero Beach, FLI7968 7B15Wb141h Ave.,MlNeah, F133014 1220 Ro8an Sent CtawweUr, 337565909 20752 Mlles Street S., Clinton Township, MI48036 18459 Pine Blvd., Sul. 340, Pembroke Pines, Ft 33029 I00 McianlN6Ave.. Aoswllla, OA 30741 ENO Ent SN6lay lane, Monlgompry, AL 3613'/ 6604 EMIT Cameron Or., No 105, rhwlotle, N[28]69 77509N Street 5W, Vero Beady FL 32966 7815 West 40i Ave., HlN4alu H. 33014 YES YES YES YES YES YES YES YES N0 N0 YES N0 NU Did Not ANlrm N0 YE5 N0 N0 NO NO NO N0 NO NO YES YE5 YE5 V'5 YE5 YES YES YES— YES YES YES YES YES YES YES YES N0 NO No NO YES YES YES YES �J NO N0 N0 NO NO NO N0 N0 YtS YES YF.S YES YES YES YES YES Tom Fatale Ill Edward l.Fereuson Mork Allman David B. Robins Conrad O. Natal ANxspamb40 Gall Walker-xeen linda Rkcobono (717)461.6081 IWO) 369.5227 (954) 441.1473 (600)241.11950 (600) 223.7669 (800)697.610) 1800)562.5691 (305)416.0000 )I4Wllondabullet not 208410811013 tom plark5610141.1bv34n.ront 84931e180202111cote 341ss0Peolehne1811138m blds0Ioweeloly ow Id9Wlawmensnel b BOp2plou,oNOr ,189 (7271441.4477 (586) 783.5151 (964)441.1474 (800) 480.5846 (334)279.9267 (8501 512.3934 (772) 569.2955 (305) B24.9205 Item N Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used Manufacturer Used 43 FNH USA 44 Fox Lab — 45 Carotin 46 Galor Hawk Armor x 47 Gensloch No letter 45 Genesis 49 Oako x x 50 Chock N % 51 Glove Tech 52 Gould & Goodrich x x X 53 Gradient Lens Corporation 54 Guardian Tactical SYWarm 55 Hatch Gear X (Saladland) X 5616)11/nd) 56 Hoyle Shluldu x 57 Hawkeye Sa Holder Tech 59 HOppes (Bushnell) _ x % % x 60 Horady x x x 61 Xlaebore %ISderllel4 O(4oIarlland) 62 xus)oln Slonala, Inc. x 63 Leku — 64 Leupuld 05 LRT Rengoa 66 MM10oln 67 Monadnock %Ibtadbndl X(SManland) 6B Moline Extreme Shock 69 NlpMbrce Oolke %(Buslae8) 0 Oakley X 71 Slmmunlllen 72 Sm5h 6 Wasson X % 73 Springfield ArmoryNo Leta 74 Slolkor 75 Slr4em1➢hl, Inc. X x 76 SIUII'Cufl 77 Sudecon 0 )tl Suroliro No teller xNo teller 79 Moro0Oad Nolvitm 80 Total Metal Jacket No Lotter 81 TO on No letterNo tells. 82 Tlu-Spec (Alkn0A) x 03 Wholen Enpkloothlo Dnlnpony. Inc. X 84 winnower 85 Wooblch x lAllY all e N MIKATION Or MIMS ONLY AND If NOT A onmmlxAIION WOO awur RESrowlwOMVONpeu aaomnl Internal Services Department TALLY SHEET Old Number: 1088-0/17 BId TIllo: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders( Old Opening Date: March 14,2012 Prepared by: Maria Nixon Verified bY: Connie Theme Si Robin Webb Page 7 0112 Vendor Halm: FLORIDA BULLET, INC. FOX LABS INTERNATIONAL, INC. GI DISTRIBUTORS, INC. GT DISTRIBUTORS OF GEORGIA, INC. GULF STATES DISTRIBUTORS, INC. LAW ENFORCEMENT SUPPLY LAWMEN'S & SHOOTERS' SUPPLY, INC. LOU'S POLICE DISTRIBUTORS, INC. Vendor FEIN: ADPICS Address: SUNBIZ Address: (6 lhls Bld Responsive Of n0, state reason(: Local Preference Affirmed (Vet/Not: Conviction Disclosure (Yes/Noj: Were Affidavits Completed: Registered Vendor (Yes/No): Incumbent Vendor(Yes/No(: Indicate SOD Cerlication: Collusion Affidavits Vendor Contact: Vendor Phone 81 Vendor Email F: Vendor Fax R: 592341725 363364989 650716987 205/04676 630803427 591656271 592223132 — 260472002 P.O.7491, Clearwater, FL 31758 20752 MIIas Strael S., COMM township. MI48036 IB459 Pine Blvd., Ste. 340, Pembroke Pines, FL 33029 P.O.Bos 458, Ressville, GA30741 P.0. 8os 241397, Montgomery, A136124 7262 NW 33 St, Mbml, FL 33122 775091h Street SW, Vero Beech, FL 32968 7815 West 4th Ave., Hilda!, Ft 33014 1220 Rogers Wear, Clearwater, IL33%565903 201b2 MIIa,Streat S., Clinton lawmltle. MI18036 11119Plns Blvd., Ste. 3a0, Pembroke Pines, I133029 100 McFarland Ave., Rosw111e, GA 30791 6000 fat Shirley trine, Montgomery, AL 36111 8604 CIIII Cam elan Or., Ste. 105, Charlotte, NC2tl]69 77509th Street SW, Vero Bears, FL 3296E 7815 West 41h Ave., Hleleah, FL 33014 YE5 YES YES YES YE5 YE5 YE5 YES NO N0 YE5 NU NO Old Not Affirm NO YES NO N0 00 No NO N0 NO NO Yf5 YES YES YES YES YES YES YE5 YES YES VES YES YFS TES _ Yk& Yf5 N0 NO NU NO YES YE5 YES YES N0 N0 NO NO NO NO NO NO YES YES YES YES yE5 YES YES YES Tom miens ur fdward(. Fer8u,on Mark Altman David 0.No61ns Conrad U. Nallel Ales Sgalbllo Gali Walker -Kean Linda !Norberto (727(461.60e4 (800)369.5227 (95414414473 (BOO) 2414950 I8001223.7969 (9002631.630] (800156h5697 (305) 416.0000 INnprlolldebullet nit elfealoslabs corn markNxldistributors on Abate sadist corn ielel®aulhule,disl apt *Ids D ONN/Dole root bld.Nlawme IInd.MloumDo ollce m (727)441.4477 (586)783-5151 (954)441-1474 (800)460.5846 (3341279.9267 (850)522-3934 (77215G93955e1 (305)824.9205 Item N Addltlongl nianuleotureta: Additional M9nYhKturdn , . Additional Manufgqurari Additloml Mmufactwer9 Additional Manufactdrer6 Additiond M9nulettunrgAdditional MPnutacguan Addltlon9l MonYluluran AddiUonal Manuhttureri L B6 Mmpolnl Mc. 87 Apollo Video Technology % as Oakville Soot Company 89 bowie USA OD Mg Sky Redll, Inc. % 91 Urookln. Industries Inc % 92 Bulldog Cases & Vaults Produces x 93 Ceranvil, Inc % 94 CMMG, Inc. x 95 fade 3 PNble 6alery Equlpmem Company 96 0ato see Prot1Nive Gael 97 Danner 98 Diamondback Tatcel lLP 99 Black - s (LC ore. o Geir Pre0uLt6 N 100 DutYman, Inc. _ 101 Earphone Connection 102 __. too % l03 Edison Compeer % 104 Esmet Int. % 106 Ivan, Group x 107 Federal Signal 108 FLill 109 Geuther Johnson, I/O % 110 Garrett Motel Detector % 113 iv neral Dynamk,Ordlense & Tined Swims 1l2 Global Env re Ne8lacellon, Mo. % 113 Golleht Inc 114 Go 0hl,so Product. % 115 Gun Vaulylnc. 116 I/O? Factory % 117 Howard Lc1g111 % 118 humans Restraint Comps 119 lotto Desk % 120 L3 CorornoniCatiOnS Mobile Vision, Inc. 121 l3 WmNor 5Ystems % 112 latln,a Monul...eine, loc. 123 tam Devices, Inc. 124 Leatherman tool Group, Inc. & L,dl 125 Meg instruments, Inc. 126 Magnum USA 127 MSA World Headroom.. 126 National Poke Msnl2Mt1On 129 Nova Electronics % TNI6 TALLY SNI1715 AN IN6ICAT10N 0f ONUS ONLY owe IS ROTA at710MINello710F TNS LOW tS7 RISPONSIVMesSVON,ell nmomin Infernal Services Department TALLY SHEET Old Number: 108E-0/17 eld Title: Law Enforcement Equipment and Supplies (Pre.Qualification of Bidders) Bld Opening Date: March 14,2012 Prepared by: Maria Nixon Verified by: Connie Theme & Robin Webb Papa 8 0112 Vendor Noma: Vendor FEIN: ADPITS Address:MI48036 SUNBI2 Address: 151his Bid Responsive (If no, stalereason): Local Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No): Were Affidavits Completed: Registered Vendor (Yes/No): Incumbent Vendor (Yes/No): Indicate SBDCer0cation: Collusion Affidavits: Vendor Contact: Vendor Phone 4: Vendor Email a: Vendor Fax FLORIDA BULLET, INC. FOX LABS INTERNATIONAL, INC. GL DISTRIBUTORS, INC. GT DISTRIBUTORS OF GEORGIA, INC. GULF STATES DISTRIBUTORS, INC. LAW ENFORCEMENT SUPPLY LAWMEN'S & SHOOTERS' SUPPLY, INC. LOU'S POLICE DISTRIBUTORS, INC. 592341725 383364989 650716987 705104/176 630803427 592656271 592223132 260472002 P.O. ]997.Oee,weler, Fl 337S8 20751 Miles streetS.,ONIon Township, 18459 Pine Mud., SIe.340. Pcmbrohc Pines, FL 33029 P.0. Boa 458, Roe svlOe, GA 30741 O. Box 241387, Monlannlery, AL 36124 7262 NW 335t., Miami, FL 33122 773091h Street SW, Vela Beach, ft. 32968 7815 West 4th Ave., Hialeah, FL 33014 1210 wows Street,Clea,walar, H.33756.5903 20752 alias Street S., Clinton Township, MI 48036 16959 Pine Blvd., me.340, Pembroke Pksos, FL 33029 100 McFarland Ave., Roseville, OA 30]41 6000 Eaft Shirley lane, Mon1lomery, A136117 6604 CEO Cameron Or., Ste. 105, Charlotte, NC 28269 7)5091h Sneer SW, Vero Beach FL 3296E 7815 West 4lh Ave., HlNsalk Ft 33016 YES YES YES YES YES YES YES YE5 NU NO 1E5 NO NO Old Not Allem NO YES N0 NO N0 NO NO N0 NO N0 YES Yr5 YES YES YES YES YES YES YES _ YES YES YES YES YE5 YES YES NO NU N0 NU TES Y45 YES YE5 NO N0 90 NO NO N0 NO N0, YES YES YES YES YES YES YES YES Tom Felons 111 Edward 1. Ferguson Marls Altman 06nd B.Pob*s Conrad0. Mattel Alex 59amIwo Gall Walton%een Linda Rlccobono (727)161.6081 (800) 369.5227 (9541441.1673 (800) 241.8950 (800) 223.71169 (8001637.6307 (600) 662.5697 (3051416.0000 116pfo,l:I,Aoileraiol rli®Ioelabs cm DlatiMeoldls1Nbulo,smre ga,aleslnldhl tom 2akes3aaulhlelesdisl,sal0 DldMOlNWoo0010 WM Dldo01owmen..nol )Indsfl9 use Recant (727)441.9617 (5B6)763.5151 1954) 44114/4 (6001 010.51146 (334)279.9167 (8501520.3934 (772) 69.2955 (30 1824.920 Iten1N A0111041 Maputfgturenl i., : . ... .... ,. In.; - Addidug9l Manutactuters • .... Additional ManulaMMUS , .. .. .i ,A4Wldgnal Manufacterarp ' Additional Manufacturers , AdpltIonalMNjvioil rind •. Addtiongl Memifpiturors• .. .. .. AddltIondl Med!ecWnrs .. ! • 'Additional ManufgniOini 130 Pelm elenk Enleruhes % 131 Product Management at America,lnc. 132 Rockwood Cm -potation Savage Arms Sales a Marketing % 133 % 134 5scorin, Equipment Corporation 135 Selina Manufacturing Company, Inc. x 136 Smith & Warren X 137 Soundoil Signal % 138 51ack.0n Products, Inc. 139 5tar llaedllehta lantern Comps ny Inc. x 140 Slelne, Binocular 141 Te,e, I„ IeN 4110.0i, Inc. 142 Tsums llnermVanal M anataal0m,, Inc. 143 IhlMoko Group 144 Tremce Police Products 145 Nock Vault Secuu 510:15u Sol uUans x 146 Under Atnluur, Inc. % 147 Unity ManulaclunrR C4nipany % 148 US Peacekeeper Products Inc. % 149 V.M. elacklelun L Comeeny. Inc. % 150 lava International, Inc. % 1S1 Delos Comment: THIS Fr 10 0 N1aF PNa13 ONVI4NP IS Noe oruw,ultON 0030 FFFFBW 161nr PM.. mum. xis) Internal Services Department TALLY SHEET Bid Number: 1088-0/17 Bld Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Old Opening Date: March 14,2012 Prepared by: Marla Nixon Verified by: Connie Thame & Robin Webb Vendor Name: Vendor FEIN: ACMES Address: SUNBIZ Address: Is this Old Responsive (If no, state reason): local Preference Affirmed (Yes/No): Conviction Disclosure(Yes/No): Were Amdwlto Completed: Registered Vendor (yes/No): Incumbent Vendor(Yes/No): Indicate SBD Carl'cation: Collusion Affidavits: Vendor Contact: Vendor Phone 11: Vendor Emell a: Vendor Fax 11: NPEE L C SR7 SUPPLY, INC. W.W. GRAINGER INC. 270335/37 S93741291 361150100 7100 Mayne Blvd., Ole. 303, Mlaml, FL33138 445060t11Auw:un N., St. Petersburg, F133714 2155 NW 89 Piece, coral, FL 33172 MOO Sunset Herber Or., Ste, 1010, Mlaml Beech, FL 33139 445040th Avenue N., 51, Palaraburg, F133714 100 Grelnsor Pkwy, Lake Forest, It60045.5201 YES YES Ns YES ND YES NO NO NO YES YES YES YES YES YES YEs YES YES N0 N0 NO YES YES YES Erik Agulln e1Lhard Haddad Humberto Margolies 1305)53216445 (MI 5265451 13051594.0587 gdMencee are Ibeddadesuuse0lo.com mlarersocream0aralnaor.cam (305) 7351402 (727) 5211803 (800)451.1127 Requirement YES YES YES Seaton 2,pre2.6,1. eldder prodded es proof letter from authorized dlsldbular (dealer of a mfg. Item 08 Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used 1 3M No letter loiter Not Signed 2 8.11 Tactical X 8 3 Action Target X 4 Aware Products Nu letter S American Akofnum Accessorise. Inc. 6 American Eagle 7 Armadillo Tmtlr Vault 8 Amcor Aommonss 9 Auner Forensics 10 Armor HGIOb a 11 ASP, Inc- 11 ATK Noletler l3 Bianchi 14 BWekhawk Products No letter No teller 15 Glacier Products No tetra 16 Brand-Halch Corpotallon 17 BreekFres No letter l8 Bushnell No rarer 19 CamalBak LLC No letter 20 Cardlnal Windermere's 21 CCI Blunt 11 Cog 23 Combined Tactical Syelem X 24 COP TOP 25 Crlminallelba Inc. 26 CST Burger Products 27 Derrell ltllm Nol LBnud 28 Federal Premium 29 OtWTaclereleoy No letter 30 Peoria. Culla No Letter 31 Persian Mounts No letter 32 P911aan Products No Lollar Noletler 33 Pepperbol Technologlee X 34 PowerCom No letter 35 Precision Ammunition 36 Prot/ant 37 P,0ppar Inletnalbn4l Na Lew 38 ProToch 39 %minoron Noletler 40 Remotes 41 Rlpp Ruelralna. Inc. 41 SoliolWnd No letter lm{ TALLY 4Nltr 15AN m0ICAT10N0{ 0/11C44ONLY AND IS N0r A wrlvAlNATION a TM! LOWLSI ALSPONSIV VmSPOrolstl 4l0018151 Page 0 of 12 Internal SorvIees Department TALLY SHEET Bid Number: 1088-0/17 Bid Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Bld Opening Date: March 14,2012 Prepared by: Maria N)Xon VOrined by: Connie Theme & Robin Webb Vendor Name:NPEE Vendor FEIN: ASPICS Address: SUNBIZ Address: Is th)s Bld Responsive (If no, state reason): Local Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No): Were Affidavit! Completed: Registered Vendor (Yes/N0): Incumbent Vendor (Yes/No): indicate 5BD Cerfcetlon: Collusion Affidavits: Vendor Contact: Vendor Phone 0: Vendor Email N: Vendor Fax 8: 3. C SRT SUPPLY, INC. W.W. GRAINGER INC. 270335237 593781291 362150280 710001neyne 014d., Ste. 303, Miami, FL 33138 445060th Avenue N., St. Petersburg, FL 33714 2255 NW B9 Place, Dural, f1331]3 1800 Sunset Harbor Or., Ste. 1010, Mann Beach, F133139 445060th Avenue N.,S3. Petersburg. FL 33714 100 Granger P623, Lake Ewen, 11.60045.5201 YES YES YES YES NO YES NO N0 N0 YE5 YES YE5 YES YES 1E5 YES YES YES NO No N0 YES YE5 YES Erik ABadm WNW Haddad Humberto Maraolles (305)532.6440 1727) 526.5451 1305)594415e7 071kNnuet97g )kedda2Nlnwouly t2m mlam1X0Wea1ntamelnter.0u10 (305)735.2402 (727)527.6893 (800)4592727 Item 74 Recommended Manufacturers: Manufacturer Used Manufacturer Used Manufacturer Used 43 FNH USA No Lotter 44 Poo Lab No Letter 45 Garmin No latter 46 Gator Hawk Armor 47 Oemladl No Letter 41 Genaalu 49 Galoo 50 Mock SS Glove Tech 52 Gould & Guudd0h 53 Gradient Lena Corporation 54 Guardian 1.0800& Sy910n18 55 -Mich Gear 56 HOYbt Shield. 57 Hawkey. 58 HMater Tech 59 Howes (Bushnell) No Lauer 60 HOmndy X 61 Kl9Oburo _ No totter 63 Ku0tom Signally Inc. 63 Laloa NO letter 64 L04010 NO loner 65 LRT Ranges 66 Manoom No lunar 67 Monadnock as Mullins Eavam0 Shock 69 Nlghdorco Oplte No letter )0 Oukloy 71 SlnlmunBlon X/General dynamics 72 Sinai a Wesson 73 Sp1Inglbld Armory /4 Stalker 75 Stroam8UhI, 1110, X latter Not SI,pp4 76 Slun.Cull 77 Sudecon 78 Soellr° X 79 Thorogoud 00 Total Metal Jacket 81 Trianon NO latter 87 Tru-Spec (Aliunoo) X 63 Whelan Engineering Company, Inc. 04 Wlnchealer 0S Woolrich Mrs Y4l0Y Met a AN 1NINGn9N OF NUM ONLY AND n Noy A pIYINNINAnON 01 Oil LOWLY,' anPONNYWISPONNOLe.100001 Page 10 of 12 Internal Services Department TALLY SHEET eld Number: 1088.0/17 Bid Tide: Law Enforcement Equipment and Supplies (Pre.Qualiflcatlon of Bidders) Bid Opening Date: March 14,2012 Prepared by: Maria Nixon Verified by: Connie Thame & Robin Webb Vendor Name: Vendor FEIN: ADPICS Address: SUN91Z Address: Is this Bid Responsive ill no, state reason): Local Preference Affirmed (Yes/No): Conviction Disclosure (Yes/No): Were Affidavits Completed: Registered Vendor (Yes/Not: Incumbent Vendor (Yes/No): Indicate SSD Cerncauon: Collusion Affidavits: Vendor Contact: Vendor Phone 4: Vendor enroll It: Vendor Fax 41 NPEE I. C SRT SUPPLY, INC. W.W. GRAINGER INC. 270335132 593281291 361150280 7100 Bis[ayna Blvd., 51a. 303, Minn, FL 33139 445060th Avenue N.,81. Petersburg, FL 33214 2255 NW 89 Place, Oordl, Fl331]2 MOO Sunset l truism Or., Ste. 1010, Mann Beach, /l 33139 44506016 Avenue N., St. Petersburg, FL 33714 100 Grainger Pkwy, lake Forest, IL 60045.5201 YES YES YES YES N0 YES N0 NO NO YES YES YES YES YES YES YES YES YES NO N0 N0 YES YES YES Erik Malin) 'Wood Madded Humberto Margolies (305) 532.6440 (727)526.5451 (305)504.0567 1IIk4naee.0rg 7haddedg9ulsuooly c4m gtlemleovteamMeralneer cram (305) 735.2402 (727) 5226893 (600) 459.1727 Item N Additlotill,MRltufaoluterel ' Additional Maeohdlureri , _ Addldedal MRnpficturas - Ad4ltlona1 Mimufeetgriri 86 A6npulnl, Ica. X 07 Apollo Video Technology 60 Belleville Bou0Company tt9 everts USA X 90 tllg Sky xalks, Inc. 91 810ukln9 Industries, Inc. 92 Bulldog Cases G Vaults Products 93 Ceradyne, Inc 94 CMMG, Ira. 95 Code 3 Public Safely Equipment Company 96 Damascus Proteslire Gear X X 97 Danner 0 98 Diamondback Tstlaal, LLP 99 Black apes, l0C, oral° Gear Products 100 Doreen, Inc. _ 101 Emphune Connecllun x 102 Esco 103 Edison Company 109 Hrnal inc. 106 Evans Group 107 federal Signal 106 FURX 109 Gamber lohnson, LLC 110 Garrall Metal °elector X 111 General 0ynamlas Ordinance & TAANA Systems X 112 Global Environment Rl.307N109, Inc. 113 GoIi0ht, Inc. _ 114 Go Rhino Products 115 Gun Vault, Inc. 116 No2 Factory II/ 'toward Lelghl 118 humane Restraint Company 119 /alto Desk 120 13 Communications Mobile Vlsim4 lee. 12l L3 Warner Systems 122 I attune ManufacturingInc. 123 laevl,es, Inc.X taw 0 114 Leatherman Tool Group, Inc. 8 Led tenser 125 Mae Instruments, Inc. 126 Magnum USA 122 MSA World Headquarters X 128 National Police Ammunition X 129 Nova Ele6lrenks TNIr 1AlnY 11410 la An INoxnnnN Or pmts.. ANYIS N01 A 0[1[eMINA11. 01. I0Wl5n a(SPONSIYUNrSPONSInt e1001101 Pogo 11 0111 Interne/ Services Department TALLY SHEET Bid Number: 1088-0/17 Bld Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Bld Opening Date: March 14,2012 Prepared by: Marla Nixon Verified by: Connie Theme & Robin Webb Vendor Name: Vendor FEIN: ADPICS Address: SUNBIL Address: Is this Bid Responsive (If no, state reason): Local Preference Affirmed (Yes/No): Conviction Disclosure(Yes/Nal: Wore Affidavits Completed: Registered Vendor (Yes/No): Incumbent Vendor (Yos/No): Indicate SBD Cerfcetlon: Collusion Affidavits: Vendor Contact: Vendor Phone B: Vendor Email N: Vendor Fax D: NPEE L. C SRT SUPPLY, INC. W.W. GRAINGER INC. 170335137 593191191 361/50280 710D Biscayne Olvd., 51e.303, Miami. FL 33138 445060th Avenue N., St. Petersburg, FL 13724 2155 NW 89 Naq. Dotal, FL 33172 1800 Sunsol Ha:6or Or., Ste.1010, Miami Beach, FL 33139 44306011Avorwe N., St. Petersburg, FL 33714 100 Grainger Pkwy, Lake Forest, 11.60M5+5201 YES Y9S YES YES N0 YES N0 N0 NO YES YES YES YES YE5 YES YES YES YES N0 NU N0 YES YES YES Erik Awoke Richard Haddad Humberto Margolies (305) 531644g (72r) 526.5.151 (305) 594,0587 9n5leno0e.org Ihaddadtosuaggle.c4m 01omla0vleanlmaralnaarcme 130S) 035•2402 172/1317.6893 (a00) 459.2/17 Item # Additional Manufacturer.: ' Add(Bopat Menuleetbrers Additional idenutaclu3Ori • Additional Manufacturers 130 Point Blank Enterprises 131 Product MaAagcrnonl of America, Inc. x 132 Rockwood Corporation 133 Savage Arms Soles & Marketing 134 'Security Equipment Corporation 135 Selina Manufacturing Pontoon, hrr 136 With a Warren 137 Solmdo9 Signal 138 5uck.0n Products Inc. 139 Star headlight& lantern Company, Inc. 140 Steiner Binoculars 141 laser International, Inc. 142 Taurus International Menulaeluler, Inc. 143 the Make Group 144 Transco Police Products 145 Truck Vault Smut Storage Solutloos x 146 Under Armour, Inc 147 Unity M.,wlulurine Company 148 US Peacekeeper Products, Inc. 149 V.H. Mahlon & Company, Inc. 150 Late International Inc. 151 lidos k Comment: LIM will be camtdered for award upon compliance with collusion affidavits IMAM .1 1,aN mp:Nn4NOIpater10110 A1400nor UMW/WI. Of nu UMW aaruNsrvs/a11410./nlamoMlt) oese 12 of12 Miami -Dade Department of Procurement Management Vendors Notified of DPM Solicitations via Email Solicitation Number: 1088-0/17 Title: Law Enforcement Equipment and Supplies (Pre -Qualification of Bidders) Due Date: 7/31/2017 2:00:00 PM 1088_Law_Enforcement_Equipment.pdf Date Sent: 3/2/2012 5:29:47 PM Commodities: BOMB PROTECTION DEVICES AND SUPPLIES ; GUNS, STUN (NONLETHAL) ; HANDCUFFS AND LEG IRONS ; TEAR GAS, TEAR GAS GUNS, AND AMMUNITION Total Enrolled Vendors Notified: 74 Enrolled Vendors Vendor Name Vendor No. Vendor Info A-T SOLUTIONS, INC 18808 Address: 11905 BOWMAN DRIVE SUITE 510 , FREDERICKSBURG , VA, 22408 , US Phone:( ) Fax:( ) Email: SALES@A-TSOLUTIONS.COM AARDVARK TACTICAL 26637 Address: 1935 PUDDINGSTONE DRIVE , LA VERNE , CA, 917 , US Phone:(909) 451-6100 Fax:(909) 392-0980 Email: NDELAROSA@AARDVARKTACTICAL.COM AIGIS BLAST PROTECTION 11209 Address: 11710 PLAZA AMERICA DRIVE, STE. 2000 , RESTO VA, 20190 , US Phone:(703) 871-5172 Fax:( ) Email: JEFF.BRUNK@AIGIS.CO.UK ALPHA PROCURMENT AND LOGISTIC 19328 Address: 3229 BIRD AVENUE , COCONUT GROVE , FL, 3313: SERVICES C US Phone:(305) 992-2798 Fax:(371) 947-2798 Email: SETH@APLSCORP.COM ALS TECHNOLOGIES, INC. 15858 Address: 1103 CENTRAL BLVD. , BULL SHOALS , AR, 72619 , US Phone:(870) 4458746 Fax:(870) 4456191 Email: LEE@ALSTECHNOLOGIES.COM AMERICAN INNOVATIONS, INC. 13877 Address: 383 WEST ROUTE 59 , SPRING VALLEY , NY, 1097i US Phone:(845) 3713333 Fax:(845) 3713885 Email: DENCISO@AMERICANINNOVATIONS.COM American Services and Products, LLC 23730 Address: 10711 SW 216th Street, Suite 101 , Miami , FL, 33170 US Phone:(305) 320-8678 Fax:(305) 320-8678 Email: joe@americanservicesandproducts.com AMERIMEX INTL. CO. INC. 12363 Address: 1 CUTTERMILL ROAD, SUITE #2 , GREAT NECK , N 11021 , US Phone:(516) 829-9515 Fax:(516) 829-9516 Email: GILADI@AMERIMEX-INTL.COM ANAFCO ENTERPRISES LLC 20904 Address: 2115 SW 26TH ST , MIAMI , FL, 33133 , US Phone:(877) 305-2008 Fax:(877) 305-2008 Email: ANA@ANAFCO.COM ANNE LEITSON 5967 Address: 5950 THOMAS ST , HOLLYWOOD , FL, 33021 , US Phone:(954) 985-8468 Fax:(954) 8930393 Email: PROTECH@BELLSOUTH.NET ARMOR HOLDINGS PRODUCT 17156 Address: 13386 INTERNATIONAL PKWY , JACKSONVILLE , F DIVISION 32218 , US Phone:(904) 485-1804 Fax:(904) 741-4792 Email: WMOODY@ARMORHOLDINGS.COM ATD-AMERICAN CO. 4932 Address: 135 GREENWOOD AVE. , WYNCOTE , PA, 19095 , L Phone:(215) 576-1000 Fax:(215) 576-1827 Email: JESGUERRA@ATD.COM AV SECURITY GROUP, LLC 12556 Address: 520 INDUSTRIAL PARK DRIVE , NEWPORT NEWS , VA, 23608 , US Phone:(757) 872-4132 Fax:(757) 872-4058 Email: AVSG_CONTRACTS@YAHOO.COM BEATRIZ ATORRESAGASTI 6286 Address: 360 N. STATE ROAD 434 , ALTAMONTE SPRINGS , FL, 32714 , US Phone:(407) 683-7300 Fax:(407) 682-9727 Email: SUEMALL@EARTHLINK.NET BOB BARKER COMPANY, INC. 1774 Address: 134 N MAIN STREET , FUQUAY VARINA , NC, 2752E US Phone:(919) 552-3431 Fax:(800) 322-7537 Email: BIDNOTICES@BOBBARKER.COM BRIJOT IMAGING SYSTEMS, INC. 23807 Address: 1064 GREENWOOD BLVD , LAKE MARY , FL, 32746 US Phone:(407) 401-7709 Fax:(407) 351-9455 Email: MVITALE@BRIJOT.COM CALIBER SALES ENGINEERING, INC 17180 Address: ONE S.W. 129TH AVE. SUITE 105 , PEMBROKE PIN , FL, 33027 , US Phone:(954) 430-6234 Fax:(954) 430-6237 Email: SHARON@CALIBERSALES.COM CENTRAL PUBLIC SAFETY 5048 Address: 3810-A WEST OSBORNE AVE , TAMPA , FL, 33614 , EQUIPMENT US Phone:(800)749-1889 Fax:(813) 348-0450 Email: CPSE@CPSEC.COM CHIEF SUPPLY CORPORATION 1074 Address: 2468 WEST 11TH AVENUE , EUGENE , OR, 97402 , Phone:(541) 342-7011 Fax:(541) 686-9702 Email: BLY54@CHIEFSUPPLY.COM CITY OF SOUTH MIAMI CENTRAL 13056 Address: 6130 SUNSET DRIVE , SOUTH MIAMI FL, 33143 , L SERVICES Phone:(305) 663-6339 Fax:(305) 667-7806 Email: KVAZQUEZ@CITYOFSOUTHMIAMI.NET CONTROL SCREENING LLC 1317 Address: 35 W. PITTSBURGH ST. , GREENSBURG , PA, 1560 US Phone:(724) 837-5411 Fax:(724) 837-5425 Email: PA@CONTROLSCREENING.COM CRAIG A. SWINSON 7981 Address: 17 DUBLIN ROAD , RICHMOND , MA, 01254 , US Phone:(413) 329-7626 Fax:(413) 698-2345 Email: LESALES@CQBARMS.COM ENFORCEMENT TECHNOLOGY 6229 Address: 400 N. BROADWAY, 4TH FLOOR , MILWAUKEE , WI GROUP INC. 53202 , US Phone:(414) 276-4471 Fax:(414) 276-1533 Email: INFO@ETGLUS EXETER ARCHITECTURAL 2654 Address: 242 WEST EIGHTH STREET , WYOMING , PA, 1864, PRODUCTS US Phone:(570) 693-4220 Fax:(570) 693-2575 Email: LNINASSI@STORMSHIELD.NET FLORIDA ARMORY, INC. 16013 Address: 8870-3 SW 40TH STREET , MIAMI , FL, 33165 , US Phone:(305) 207-1300 Fax:(305) 227-9918 Email: FLORIDAARMORY@AOL.COM FLORIDA STRAITS AMMO, LLC 26613 Address: 10871 SW 150 COURT , MIAMI , FL, 33196 , US Phone:(305) 409-4483 Fax:(305) 380-6181 Email: JOHN@FSAMMO.COM FORTIS CENTURION CORPORATION 22037 Address: 8308 NW 56 ST , DORAL , FL, 33166 , US Phone:(305) 477-3004 Fax:(305) 477-3008 Email: JOSE@GETFORTISGEAR.COM GARRISON AND SLOAN INC. 26015 Address: 17940 SW 168 STREET , MIAMI , FL, 33187 , US Phone:(305) 8636393 Fax:(800) 8650023 Email: K9SERVICES@BELLSOUTH.NET GLOBAL GUNS AND HUNTING, INC 27921 Address: 15765 S KEELER ST , OLATHE , KS, 66062 , US Phone:(913) 322-8412 Fax:(913) 322-8417 Email: BIDS@OMBGUNS.COM GLOBAL PROTECTION ACQUISITION, 18240 Address: 444 KELLEY DRIVE, UNIT 3A , WEST BERLIN , NJ, INC. 08091 , US Phone:(856) 768-2911 Fax:(856) 768-2922 Email: DANA@GLOBALPROTECTIONUSA.COM GOVERNMENT SUPPLIERS & 25428 Address: P.O. BOX 50696 , KNOXVILLE , TN, 37950 , US ASSOCIATES Phone:(865) 8568895 Fax:(865) 8568896 Email: JRODNEY@GOVERNMENTSUPPLIERS.COM GT DISTRIBUTORS OF GA, INC 29596 Address: 100 MCFARLAND AVE , ROSSVILLE , GA, 30741 , U Phone:(706)8662764 Fax:(706) 8614444 Email: TXBIDS@GTDIST.COM GULF STATES DISTRIBUTORS 4978 Address: 6000 E SHIRLEY LN , MONTGOMERY , AL, 36117 , t Phone:(334) 271-2010 Fax:(334) 279-9267 Email: sales@productsonpatrol.com HOMESTEAD GUNS AND AMMO 21462 Address: 11 SE 2ND DR , HOMESTEAD , FL, 33030 , US Phone:(786) 243-0296 Fax:(786) 243-0298 Email: HSGUNSANDAMMO@BELLSOUTH.NET I -SHOT, INC. 10567 Address: 13123 ROCK RIDGE LANE , WOODBRIDGE , VA, 22191 , US Phone:(703) 497-1935 Fax:(703) 940-9148 Email: FEDERAL@ISHOT-INC.COM ICS JAIL SUPPLIES, INC 27846 Address: P.O. BOX 21056 , WACO , TX, 76702 , US Phone:( ) Fax:(254) 7510299 Email: ICSWACOBIDS@HOTMAIL.COM IDEAL PRODUCTS, INC. 2742 Address: 700 EAST LOUDON AVE. , LEXINGTON , KY, 40505 US Phone:(859) 255-7738 Fax:(859) 231-9998 Email: JENNY@IDEALTOOL.NET IDEAL PRODUCTS, INC. 20519 Address: 700 E LOUDON AVE , LEXINGTON , KY, 40505 , US Phone:(859) 2557738 Fax:(859) 2319998 Email: SCOTT@IDEALPRODUCTSINC.NET INNOVATIVE CONCEPTS 22036 Address: 18706 CHOPIN DRIVE , LUTZ , FL, 33558 , US INTERNATIONAL Phone:(201) 9067530 Fax:( ) Email: DLESS@OPTONLINE.NET JERRY'S SPORT CENTER, INC. 19366 Address: P.O. BOX 121, MAIN ST. , FOREST CITY , PA, 18421 US Phone:(570) 785-9400 Fax:(800) 388-8452 Email: JSCLAW@NEP.NET JOHN PORTAL 7441 Address: 14429 SW 111 TERR , MIAMI , FL, 33186 , US Phone:(305)3227665 Fax:( ) Email: JDPORTAL@YAHOO.COM LAW ENFORCEMENT SUPPLY CO. 1399 Address: 1666 NW 82 AVE , MIAMI , FL, 33126 , US INC. Phone:(305) 629-8984 Fax:(305) 629-8981 Email: LAWSUPPLYMIAMI@NETSCAPE.NET LAWMEN'S & SHOOTERS' SUPPLY, 9592 Address: 7750 9TH STREET SW , VERO BEACH , FL, 32968 , INC. Phone:(772) 569-8700 Fax:(772) 569-2955 Email: GAIL@LAWMENS.NET LIFE SAFETY SYSTEMS, INC. 16847 Address: 343 SOQUEL AVENUE, SUITE 317 , SANTA CRUZ , CA, 95062 , US Phone:(831) 728-9090 Fax:(831) 728-1964 Email: T@LIFESAFETYSYS.COM LOGOS IMAGING 17925 Address: 1400 INDUSTRIES ROAD LOWER LEVEL , RICHMOI , IN, 47374 , US Phone:(765) 939-4044 Fax:(765) 939-4040 Email: TRMUNN@LOGOSIMAGING.COM MIAMI GUNS INC 29958 Address: 2640 W 84 STREET , HIALEAH , FL, 33016 , US Phone:(305) 820 Fax:(305) 4025800 Email: VEGADEVELOPMENT@GMAIL.COM MTCM ENTERPRISES, INC. 9068 Address: 7215 KINGSTON PIKE , KNOXVILLE , TN, 37919 , U: Phone:(865) 5885945 Fax:(865) 5881426 Email: GMKIM@BELLSOUTH.NET NABCO 14680 Address: 1001 CORPORATE DRIVE, SUITE 205 , CANONSBURG , PA, 15317 , US Phone:(724) 746-9617 Fax:(724) 746-9709 Email: RANDY@NABCOINC.COM NABCO, INC. 10228 Address: 1001 CORPORATE DRIVE, STE. 205 , CANONSBUR PA, 15317,US Phone:(724) 746-9617 Fax:(724) 746-9709 Email: RANDY@NABCOINC.COM NATIONAL LAW ENFORCEMENT 15823 Address: P.O. BOX 13856 , TAMPA , FL, 33681 , US CBRNE TRAINING Phone:(813) 902-9234 Fax:(813) 902-9233 Email: RICK.UBINAS@NLECBRNE.COM OFFICERS ONLY, INC. 3987 Address: 1631 WEST 2550 SOUTH , OGDEN , UT, 84401 , US Phone:( ) Fax:( ) Email: BIDS@LESLEESCOTT.COM PALMETTO UNIFORMS, INC. 7352 Address: 8869 SW 131ST STREET , MIAMI , FL, 33176 , US Phone:(305) 238-9166 Fax:(305) 238-0889 Email: RITA@PALMETTOUNIFORMS.COM PANTERA GUNS 9905 Address: 7365 NW 36 STREET , MIAMI , FL, 33166 , US Phone:(305) 6299980 Fax:( ) Email: SALES@PANTERAGUNS.COM PLANET FLORIDA 1647 Address: 5933 W. HILLSBORO BLVD-SUITE 180 , PARKLAND FL, 33067 , US Phone:(954) 796-4650 Fax:(954) 796-7094 Email: PLANETFLORIDA@BELLSOUTH.NET PRIMA VISTA INTERNATIONAL, INC. 18847 Address: 4851 HILLSBORO BLVD SUITE A 13 , COCONUT CREEK , FL, 33063 , US Phone:(954) 341-7227 Fax:(954) 428-3134 Email: SROSARIO@COLVISTA.COM QROM, INC 15085 Address: 12169 S. DIXIE HIGHWAY , MIAMI , FL, 33156 , US Phone:(305) 253-7600 Fax:( ) Email: LUISO@SAIOPS.COM QUARTERMASTER UNIFORMS 10179 Address: 17600 FABRICA WAY , CERRITOS , CA, 90808 , US Phone:(562) 304-7347 Fax:(562) 304-7336 Email: HHUDSON@QMUNIFORMS.COM QUARTERMASTER, INC. 15349 Address: 17600 FABRICA WAY , CERRITOS , CA, 90703 , US Phone:(800) 351-5730 Fax:(562) 304-7355 Email: GWACHTLER@QMUNIFORMS.COM RADIATION SHIELD TECHNOLOGIES 6729 Address: 1825 PONCE DE LEON BLVD, NUMBER 456 , CORA GABLES , FL, 33134 , US Phone:(954) 6733991 Fax:(866) 5336776 Email: DEVINB@RADSHIELD.COM RADIATION SHIELD TECHNOLOGIES 10265 Address: 1825 PONCE DE LEON BLVD #456 , GORAL GABLE FL, 33134 , US Phone:(305) 968-4286 Fax:( ) Email: TEDM@RADSHIELD.COM RICK BRANOM 19334 Address: 1004 GINGER SPICE LANE , OCOEE , FL, 34761 , U: Phone:(407) 290-2981 Fax:(407) 290-8885 Email: RBRANOM@GMAIL.COM ROBERT PEREZ 7385 Address: 8370 WEST FLAGLER ST # 140 , MIAMI , FL, 33144 , US Phone:(305) 485-3039 Fax:( ) Email: IPSMIAMI@AOL.COM SECRET MEDIA GROUP 13863 Address: 2394 W 78 ST , HIALEAH , FL, 33016 , US Phone:(954) 8644944 Fax:(305) 8237437 Email: MANGITODOG@AOL.COM SECURITY AND SAFETY SUPPLY 14946 Address: 373 MAINE ST. , BRUNSWICK , ME, 04011 , US Phone:(207) 729-9206 Fax:(207) 729-8253 Email: ANGELA@SECURITYANDSAFETYSUPPLY.COM SHATTERGARD 2034 Address: 8351 ROSWELL ROAD , ATLANTA , GA, 30350 , US Phone:(954) 924-4512 Fax:(954) 925-7663 Email: MFJINFLA@HOTMAIL.COM SKY RESEARCH, INC. 28535 Address: 445 DEAD INDIAN MEMORIAL ROAD , ASHLAND , C 97520 , US Phone:(541) 552-5150 Fax:(541) 488-4606 Email: JOSEPH.HOVELMAN@SKYRESEARCH.COM SOCRAB/ADOLFO PASTRAN 10648 Address: 150 SE 25TH RD SUITE 5D , MIAMI , FL, 33129 , US Phone:(954) 7932548 Fax:(305) 8605631 Email: SOCRAB@BELLSOUTH.NET SOURCE ONE DISTRIBUTORS, INC. 6284 Address: 3125 FORTUNE WAY, STE 1 , WELLINGTON , FL, 33414 , US Phone:(561) 296-0520 Fax:(561) 514-1021 Email: MLLANO@BUYSOURCEONE.COM SOUTH FLORIDA TECHNOLOGY 17250 Address: 1265 NW 124 TH ST , NORTH MIAMI , FL, 33167 , U: SERVICES INC. Phone:(954) 471 8075 Fax:(501) 423 4991 Email: ANDY@SFLTS.COM SOUTHERN POLICE EQUIPMENT CO. 1241 Address: 7609 MIDLOTHIAN TRNPK , RICHMOND , VA, 2323E US Phone:(804) 323-1855 Fax:(804) 323-5067 Email: SOPOL@SOUTHERNPOLICEEQUIPMENT.COM TAMIAMI INTERNATIONAL 6012 Address: 12201 SW 128TH COURT. SUITE#104 , MIAMI , FL, EQUIPMENT 33186 , US Phone:(305) 235-8777 Fax:(305) 235-0603 Email: TAMIAMI@GATE.NET TRANSECURE, INC. 3986 Address: 525-K EAST MARKET STREET #310 , LEESBURG , 20176 , US Phone:(301) 570-5800 Fax:(240) 363-0204 Email: JWOOD@ICSNETS.COM UTILYTECH CORP 16459 Address: 11521 NW 30TH PLACE , SUNRISE , FL, 33323 , US Phone:(954) 914-5539 Fax:( ) Email: DAVIDB@UTILYTECH.COM WALTER F STEPHENS JR INC 3761 Address: 415 SOUTH AVENUE , FRANKLIN , OH, 45005 , US Phone:(937) 746-0521 Fax:(937) 746-0947 Email: WFS45005@AOL.COM Total ADPICS Vendors Notified: 89 ADPICS Vendors Vendor Name Vendor No. Vendor Info AARON INDUSTRIAL SAFETY INC 650423551 Address: 3475 NW 60 STREET , MIAMI , FL, 33142 , Phone:(305) 835-8877 Fax:(305) 696-0888 Email: OPARETS@AARONIND.COM ALL SAFE INDUSTRIES INC 611338843 Address: 10346 BLUEGRASS PKWY LOUISVILLE , KY, 40291 Phone:(502) 499-7988 Fax:(502) 499-7989 Email: JIM@ALLSAFEINDUSTRIES.COM ALL SECURITY SYSTEMS INC 650806001 Address: 6801 NW 77 AVE STE 209 , MIAMI , FL, 33166 , Phone:(305) 513-0049 Fax:(305) 885-6037 Email: FRANCO@ALLSECURITYVIDEO.COM ALL STATE POLICE EQUIPMENT CO 330470665 Address: 2825 METROPOLITAN PL. , POMONA , CA, 91767 , INC Phone:(909) 596-2470 Fax:(909) 596-3246 Email: BARBARA@ALLSTATEPOLICE.COM ALLEN VANGUARD CORPORATION 522274666 Address: 2300 M STREET NW STE 800 , WASHINGTON , DC, 20037, Phone:(902) 832-3934 Fax:(902) 832-3247 Email: USINFO@PWALLEN.COM AMERICAN K 9 DETECTION 562408308 Address: 735 PRIMERA BLVD SUITE 120 , LAKE MARY , FL, SERVICES INC 32746 , Phone:(407) 333-8846 Fax:(407) 333-8848 Email: MMAHLER@AMK9.COM AMERICAN SCIENCE & ENGINEERING 042240991 Address: 829 MIDDLESEX TURNPIKE , BILLERICA , MA, INC 018213907 , Phone:(978) 262-8000 Fax:(978) 262-8812 Email: RSESNEWICZ@AS-E.COM AMERICAN SERVICES & PRODUCTS 510559445 Address: 10711 SW 216Th Street , Cutler Bay , FL, 33170 , LLC Phone:(305) 4323612 Fax:( ) Email: SALES@AMERICANSERVICESANDPRODUCTS.COM AMERIMEX INTERNATIONAL 113034078 Address: 1 BARSTOW RD SUITE # P17 , GREAT NECK , NY, COMPANY INC 110213105 , Phone:(516) 829-9515 Fax:(516) 829-9516 Email: INFO@AMERIMEX-INTL.COM ARMOR HOLDINGS FORENSICS LLC 593678749 Address: 13386 INTERNATIONAL PARKWAY , JACKSONVILLI FL, 32218 , Phone:(904) 485-1816 Fax:(800) 588-0399 Email: STAYLOR@ARMORHOLDINGS.COM ARMOUR OF AMERICA INC 952784235 Address: 1814 W 135 ST , GARDENA , CA, 902492524 , Phone:(334) 707-3277 Fax:(334) 321-0556 Email: ANDY.S@AOA.USA.COM BOB BARKER COMPANY INC 561558062 Address: 134 N MAIN STREET , FUQUAY VARINA , NC, 2752E Phone:(919) 5523431 Fax:(800) 3227537 Email: BIDNOTICES@BOBBARKER.COM BOTACH TACTICAL 954556374 Address: 3423 W 43 PL , LOS ANGELES , CA, 90008 , Phone:(323) 293-7770 Fax:(323) 294-3542 Email: BOTACH@BOTACH.COM CENTRAL PUBLIC SAFETY 561893874 Address: 3810-A W OSBORNE AVENUE , TAMPA , FL, 33614 EQUIPMENT CO Phone:(813) 348-4866 Fax:(813) 348-0450 Email: CPSE@CPSEC.COM COMBINED TACTICAL SYSTEMS INC 251769622 Address: 388 KINSMAN RD , JAMESTOWN , PA, 16134 , Phone:(724) 932-2177 Fax:(724) 932-2166 Email: KRISTAL@COMBINEDSYSTEMS.COM CQB SUPPLY INC 621804116 Address: 234 MORRELL ROAD SUITE 360 , KNOXVILLE , TN, 379195876, Phone:(615) 467-4402 Fax:(615) 469-0119 Email: ADMIN@CQBSUPPLY.COM CRIMETECH INC 262845082 Address: 12448 GENTLE KNOLL DR E , JACKSONVILLE , FL, 32258 , Phone:(904) 880-9688 Fax:(904) 880-9688 Email: BSMITH@CRIMETECH.NET CRIMINALISTICS INC 591271597 Address: 7560 N.W. 82 STREET , MIAMI , FL, 33166 , Phone:(360) 496-6363 Fax:(360) 496-6210 Email: INFO@CRIMINALISTICSINC.COM DANA SAFETY SUPPLY INC 203669539 Address: 4747 SAN JUAN AVE , JACKSONVILLE , FL, 32210 , Phone:(305) 639-6055 Fax:(305) 639-6056 Email: MPENA@1DSS.COM DAWSON ASSOCIATES INC 581348469 Address: 922-B HURRICANE SHOALS RD , LAWRENCEVILLE GA, 30043 , Phone:(800) 282-4782 Fax:(770) 822-5873 Email: AMOORE@DAWSONASSOC.COM DGG TACTICAL SUPPLY INC 593628391 Address: 8125 YOUNGERMAN CT SUITE 305 , JACKSONVILL FL, 32244 , Phone:(904) 777-4801 Fax:(904) 777-4802 Email: LISA@TEAMDGG.COM DON HUME LEATHERGOODS INC 730802871 Address: 400 NEWMAN ROAD , NORTH MIAMI , OK, 74355 , Phone:(918) 542-6604 Fax:(918) 542-4340 Email: INFO@DONHUME.COM ELECTRONIC DEFENSE 341918229 Address: 4499 NORTHFIELD ROAD , WARRENSVILLE HTS , TECHNOLOGY LLC OH, 44128 , Phone:(216) 663-8228 Fax:(216) 663-9289 Email: INFO@STINGERSYSTEMS.COM ENFORCEMENT TECHNOLOGY 880471725 Address: 400 N BROADWAY SUITE 400 , MILWAUKEE , WI, GROUP INC 53202 , Phone:(414) 276-4471 Fax:(414) 276-1533 Email: INFO@ETGI.US ENVISION CMOSXRAY LLC 272294882 Address: 7800 KING STREET , ANCHORAGE , AK, 99518 , Phone:(907) 563-1141 Fax:(907) 563-1142 Email: INFO@CMOSXRAY.COM EXTREME SECURITY NETWORKS 030411241 Address: 10815 NW 29 STREET , DORAL , FL, 33172 , CORP Phone:(305) 436-2804 Fax:(305) 436-0288 Email: CEA@EXTREMESNET.COM FITZCO INC 411642031 Address: 4300 SHORELINE DRIVE , SPRING PARK , MN, 553E Phone:(952) 224-2700 Fax:(952) 224-2717 Email: SALES@FITZCOINC.COM FLORIDA PATROL INVESTIGATORS 371499692 Address: 1770 WEST 38 PLACE , HIALEAH , FL, 33012 , INC Phone:(305) 827-4300 Fax:(305) 826-7741 Email: ALEXFPI@BELLSOUTH.NET FLORIDA STRAITS AMMO LLC 270307485 Address: 10871 SW 150TH COURT , MIAMI , FL, 33196 , Phone:(305) 409-4483 Fax:(305) 380-6181 Email: JOHN@FSAMMO.COM FOX LABS INTERNATIONAL INC 383364989 Address: 310 Church Street , Mount Clemens , MI, 48043 , Phone:(586) 7835100 Fax:(586) 7835151 Email: ELF@FOXLABS.COM GALLS LLC 203545989 Address: 2680 PALUMBO DRIVE LEXINGTON , KY, 40509 , Phone:(800) 876-4242 Fax:(877) 914-2557 Email: GRAHAM-CHRIS@GALLS.COM GL DISTRIBUTORS INC 650716987 Address: 18459 PINES BLVD, STE 340 , PEMBROKE PINES , 33029, Phone:(954) 441-1473 Fax:(954) 441-1474 Email: MARK@GLDISTRIBUTORS.COM GOLD NUGGET UNIFORM INC 592015949 Address: 101 N DIXIE HIGHWAY , HALLANDALE BEACH , FL, 33009, Phone:(305) 949-3291 Fax:(954) 458-9734 Email: SEVANS@ARGOUNIFORM.COM GREG DIRENZO ENTERPRISES INC 650796858 Address: 1110 PINE ISLAND RD. #22 , CAPE CORAL , FL, 339 Phone:(941) 2429898 Fax:(941) 2429899 Email: GREG@SPECIALIZEDGUARD.COM GUARDIAN PROTECTIVE DEVICES 223102359 Address: PO BOX 133 , WEST BERLIN , NJ, 08091 , INC Phone:(856) 753-5007 Fax:(856) 753-1131 Email: GUARDPD@VERIZON.NET GULF STATES DISTRIBUTORS 630803427 Address: 6000 E SHIRLEY LN , MONTGOMERY , AL, 36117 , Phone:(334) 271-2010 Fax:(334) 279-9267 Email: SALES@GULFSTATESDIST.COM GUNTECH INC 651030782 Address: 942 NW 56TH STREET , FT LAUDERDALE , FL, 333( Phone:(954) 776-4777 Fax:(954) 776-0850 Email: GUNTECHINC@BELLSOUTH.NET HARRISON UNIFORMS CO INC 591323123 Address: 3420 NW 7TH STREET , MIAMI , FL, 33125 , Phone:(305) 642-1820 Fax:(305) 642-1886 Email: ECOWEN@FECHHEIMER.COM ICS 742502327 Address: P.O. BOX 21056 , WACO , TX, 76702 , Phone:(254) 751-1566 Fax:(254) 751-0299 Email: ICSWACOBIDS@HOTMAIL.COM ICX TECHNOLOGIES INC 770619113 Address: 1024 S. INNOVATION WAY , STILLWATER , OK, 740 Phone:(410) 540-8685 Fax:(770) 216-1882 Email: CHRISSY.GAMMON@ICXT.COM IDEAL PRODUCTS INC 611282956 Address: 126 CAPITAL CT , NICHOLASVILLE , KY, 40356 , Phone:(859) 881-8665 Fax:(859) 881-8880 Email: JENNY@IDEALTOOL.NET INTERNATIONAL PROTECTIVE 592321576 Address: 2231 HOLLYWOOD BLVD. , HOLLYWOOD , FL, SERVICES INC 330206707 , Phone:(954) 922-9258 Fax:(954) 922-7009 Email: FL911STORE@AOL.COM INTERSTATE ARMORY INC 263914711 Address: 2753 SW 27TH AVENUE , MIAMI , FL, 33133 , Phone:(305) 285-1006 Fax:(305) 437-7665 Email: ARMORY@ATT.NET JULES BROS INC 943477107 Address: 617 UPPER SONDLEY DR , ASHEVILLE , NC, 28805 Phone:(828) 450-9461 Fax:(828) 299-3359 Email: JULESBROS@CHARTER.COM JULES BROS UNIFORMS INC 591168151 Address: 8340 BISCAYNE BLVD. , MIAMI , FL, 33138 , Phone:(305) 7546200 Fax:(305) 7596708 Email: JULESBRO@BELLSOUTH.NET KIESLER POLICE SUPPLY INC 351361847 Address: 2802 SABLE MILL RD. , JEFFERSONVILLE , IN, 471309634 , Phone:(812) 2885740 Fax:(812) 2848008 Email: VMATTINGLY@KIESLER.COM LAVCOR LLC 452409053 Address: 936 NW 104 AVE , MIAMI , FL, 33172 , Phone:(786) 399-6710 Fax:( ) Email: LAVCOR@YMAIL.COM LAWMEN'S & SHOOTER'S SUPPLY 592223132 Address: 7750 9TH STREET S.W. , VERO BEACH , FL, 32968 INC Phone:(772) 569-8700 Fax:(772) 569-2955 Email: BIDS@LAWMENS.NET LEIDOS INC 953630868 Address: 5834 PEACHTRE CORNERS EAST , NORCROSS , C 30092, Phone:(770) 810-9307 Fax:(770) 662-8939 Email: BETTY.KAMARA@SAIC.COM LENCO INDUSTRIES INC 042719777 Address: 61 DOWNING INDUSTRIAL PARK , PITTSFIELD , MJ 01201 , Phone:(413) 443-7359 Fax:(413) 445-7865 Email: SALES@SWATTRUCKS.COM LESLEE SCOTT INC 942657700 Address: 1631 WEST 2550 SOUTH , OGDEN , UT, 84401 , Phone:(801) 622-5741 Fax:(801) 622-5895 Email: BIDS@LESLEESCOTT.COM LIFE SAFETY SYSTEMS INC 412060414 Address: 343 SOQUEL AVENUE SUITE # 317 , SANTA CRUZ CA, 950622305 , Phone:(831) 728-9090 Fax:(831) 728-1964 Email: T@LIFESAFETYSYS.COM LOU'S GUNSHOP AND POLICE 650374985 Address: 4151 PALM AVENUE , HIALEAH , FL, 33012 , SUPPLY INC Phone:(305) 822-5362 Fax:(305) 822-9603 Email: LOUSGUNS@AOL.COM LOUS POLICE & SECURITY 200062118 Address: 4149 PALM AVENUE , HIALEAH , FL, 33012 , EQUIPMENT INC Phone:(305) 822-5362 Fax:(305) 822-9603 Email: SALE@LOUSPOLICE.COM MAR VEL INTERNATIONAL INC 222854453 Address: 7115 AIRPORT HIGHWAY , PENNSAUKEN , NJ, 081 Phone:(856) 488-4499 Fax:(856) 488-4343 Email: STATELOCALBIDS@MAR-VEL.COM MPH INDUSTRIES INC 611205274 Address: 316 E 9 ST , OWENSBORO , KY, 423033511 , Phone:(270) 685-6545 Fax:(270) 685-6288 Email: INFO@MPHINDUSTRIES.COM NABCO INC 251534103 Address: 1001 CORPORATE DR. STE 205 , CANONSBURG , I 15317 , Phone:(724) 746-9617 Fax:(724) 746-9709 Email: RANDY@NABCOINC.COM NBC TEAM LTD FRN058896 Address: 921 BARTON STREET EAST , STONEY CREEK ONTARIO CAN , ON, L8E5P9 , Phone:(905) 643-8801 Fax:(905) 643-8824 Email: PARTT@VANGUARDRESPONSE.COM NICO PYROTECHNIK HANNS JURGEN 315893511 Address: P.O. BOX 12234 , W ILMINGTON , NC, 28405 , Phone:(910) 395-2082 Fax:(910) 395-6678 Email: FREDPICKLER@EARTHLINK.NET NOBILITY SECURITY INC 273371799 Address: 18455 CARRIBBEAN BLVD , MIAMI , FL, 33157 , Phone:(305) 970-6485 Fax:(305) 359-3570 Email: GGEERFIG@COMCAST.NET OMB POLICE SUPPLY 650602076 Address: 10376 MASTIN , OVERLAND PARK , KS, 66212 , Phone:(913) 4385507 Fax:(913) 5994195 Email: OMB@OMBPS.COM OMB POLICE SUPPLY INC 481224071 Address: 11333 STRANG LINE RD , LENEXA , KS, 66215 , Phone:(913) 438-5507 Fax:(866) 990-3990 Email: APRI@OMBEXPRESS.COM PARKS & SON INC 561730363 Address: 234 BINGHAM & PARKS RD. , ADVANCE , NC, 27001 Phone:(336) 998-8182 Fax:(336) 998-2696 Email: DONNIE@PARKSANDSON.COM PEMICA INC 651021266 Address: 7324 SW 48 Street , MIAMI , FL, 33155 , Phone:(305) 6680771 Fax:(305) 6750713 Email: HELP@PEMICA.COM PENTAGON SECURITY SYSTEMS INC 651094816 Address: 7105 SW 8TH STREET #407 , MIAMI , FL, 33144 , Phone:(786) 621-0038 Fax:(305) 200-0117 Email: OCTAVIO@PENTAGON-SECURITY.NET PEPPERBALL TECHNOLOGIES INC 330925906 Address: 6142 NANCY RIDGE DRIVE , SAN DIEGO , CA, 9212 Phone:(858) 638-0236 Fax:(858) 638-0781 Email: KBUCHHOLZ@PEPPERBALL.COM PEPPERBALL TECHNOLOGIES INC 330925906 Address: 3394 CARMEL MOUNTAIN ROAD , SAN DIEGO , CA 92121 , Phone:(858) 638-0236 Fax:(858) 638-0781 Email: SHEILAK@PEPPERBALL.COM PHOENIX WORLDWIDE INDUSTRIES 592375232 Address: 10780 SW 190 ST , MIAMI , FL, 33157 , INC Phone:(305) 238-0477 Fax:(305) 238-7125 Email: HLEKNES@PHOENIXWORLDWIDE.COM PROTECTIVE GROUP INC 020333472 Address: 14000 N.W. 58TH COURT , MIAMI LAKES , FL, 3301' Phone:(305) 820-4280 Fax:(305) 820-4280 Email: BMILLER@PROTECTMAT.COM QUALITY ENVIRONMENTAL 550724611 Address: 607 AIRPORT INDUSTRIAL PARK RD. , BEAVER , CONTAINERS INC 25813 , Phone:(304) 255-3900 Fax:(304) 255-0381 Email: MMCCUNE@QECUSA.COM RAGOLD CORP 953304358 Address: 415 ALISO AVENUE , NEWPORT BEACH , CA, 9266. Phone:(949) 515-8902 Fax:(949) 515-8930 Email: JONES33@PACBELL.NET RAY O'HERRON CO INC 370916018 Address: 3549 NORTH VERMILLION STREET , DANVILLE , IL. 61832 Phone:(800) 223-2097 Fax:(888) 223-3235 Email: JDONATH@OHERRON.COM RING & ASSOCIATES INC 592645362 Address: 99 EAST DRIVE , MELBOURNE , FL, 32904 , Phone:(321) 259-9311 Fax:(321) 254-9225 Email: CERING@CFL.RR.COM S P A SIMRAD INC 650483045 Address: 3409 NW 9 AVENUE #1104 , FT. LAUDERDALE , FL, 33309, Phone:(954) 568-7690 Fax:(954) 630-4159 Email: B.NESBITT@SPA-DEFENSE.COM SAFETY & BOOT CENTER INC 562329532 Address: 2927 SE GRAN PARK WAY , STUART , FL, 34997 , Phone:(772) 221-8905 Fax:(772) 221-8907 Email: KEVING@SAFETYANDBOOTCENTER.COM SAFETY SCHELL CORPORATION 202191421 Address: 2023 Corporate Drive , Boynton Beach , FL, 33426 , Phone:(561) 7320360 Fax:(561) 7320879 Email: JERRY@SPECIALPRODUCTSGROUP.COM SECURITY SOLUTIONS 113711929 Address: 14300 SW 129TH STREET SUITE 204 , MIAMI , FL, INTERNATIONAL LLC 33186 , Phone:(786) 573-3999 Fax:(786) 573-2090 Email: CONTACT@SECURITYSOLUTIONSINT.COM SOUTH FLORIDA SPECIALTY 650344046 Address: 318 INDIAN TRACE #290 , FT LAUDERDALE , , 3332 FIREARMS Phone:(954) 6317900 Fax:(954) 4211466 Email: SFLSPFRMS@AOL.COM SRT SUPPLY INC 593281291 Address: 4450 60TH AVE N , ST PETERSBURG , FL, 33714 , Phone:(727) 526-5451 Fax:(727) 527-6893 Email: SALES@SRTSUPPLY.COM STONE HART MANUFACTURING CO 263063662 Address: 13921 SW 143 COURT #2 , MIAMI , FL, 33186 , Phone:(305) 255-4884 Fax:(305) 255-4884 Email: ADOLFO@STONEHART.NET SUPERIOR UNIFORM GROUP INC 111385670 Address: 2150 NW 21ST STREET , MIAMI , FL, 33142 , Phone:(727) 397-9611 Fax:(727) 803-2640 Email: QUOTATIONS@SUPERIORUNIFORMGROUP.COM SUPERIOR UNIFORM GROUP INC 111385670 Address: 10055 SEMINOLE BLVD , SEMINOLE , FL, 33772 , Phone:(727) 397-9611 Fax:(727) 803-2640 Email: QUOTATIONS@SUPERIORUNIFORMGROUP.COM TACTICAL ELECTRONICS & 731566880 Address: 2200 N HEMLOCK AVENUE , BROKEN ARROW , Ok MILITARY SUPPLY 74012 , Phone:(918) 2498326 Fax:(918) 2498328 Email: MITCH@TACTICALELECTRONICS.COM TIM HALPIN EQUIPMENT CORP 592796492 Address: 5670 NW 78TH AVENUE , DORAL , FL, 33166 , Phone:(305) 591-3164 Fax:(305) 592-1732 Email: TSHALPIN@AOL.COM UNIVERSAL DYNAMICS INC 300289472 Address: 5313 THIRD STREET , IRWINDALE , CA, 917062027 Phone:(626) 480-0035 Fax:(626) 480-0036 Email: JFS@UDINC.NET UNIVERSAL SAFETY RESPONSE INC 270377325 Address: 277 MALLORY STATION ROAD, SUITE 112 , FRANKLIN , TN, 37067 , Phone:(615) 224-0403 Fax:(615) 224-0411 Email: BMCLEAN@USRGRAB.COM WEIZEL & ASSOCIATED LTD 980351053 Address: 925 UNIT B BOBLETT STREET , BLAINE , WA, 9823( Phone:(604) 540-5248 Fax:(604) 540-5263 Email: SERVICE@SECURITYCOSMOS.COM WENOC ENTERPRISES INC 650490770 Address: 20022 NW 62 PL , MIAMI , FL, 33015 , Phone:(305) 622-9140 Fax:(305) 622-4194 Email: WENOC@AOL.COM WORLDWIDE TACTICAL LLC 331114548 Address: 925 41 ST STE# 306 , MIAMI BEACH , FL, 33140 , Phone:(305) 534-0777 Fax:(305) 534-1297 Email: WWTACTICAL@YAHOO.COM BID NO.: 1088-0/17 OPENING: 2:00 P.M. Wednesday March 14, 2012 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) THE FOLLOWING ARE REQUIREMENTS OF THIS BID. AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: NA CATALOGUE AND LISTS: NA CERTIFICATE OF COMPETENCY: NA EQUIPMENT LIST: NA INSURANCE: NA PRE -BID CONFERENCE/WALK-THRU: NA SMALL BUSINESS ENTERPRISE MEASURE: SEE SECTION 2, .PARA. 2.2 SAMPLES/INFORMATION SHEETS: NA USER ACCESS PROGRAM: SEE SECTION 2, PARA. 2.21 WRITTEN WARRANTY: SEE SECTION 2, PARA 2.19 LIVING WAGE: NA FOR INFORMATION CONTACT: Constance Thame, 305-375-1078, cthame@miamidade.gov IMPORTANT NOTICE TO BIDDERS: • READ THIS ENTIRE DOCUMENT AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH SECTION 1, PARAGRAPH 1.2(D). • FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON BID SUBMITTAL FORM IN SECTION 4 SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE • FAILURE TO SIGN BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI•DADE Era MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 1088-0/17 Bid Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) Procurement Officer: Constance Thame, CPPB Bids will be accepted until 2:00 p.m. on March 14, 2012 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each Bid submitted to the Clerk of the Board shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid Submittal, plus attachments if applicable. All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal deadline shall be accepted as timely submitted. The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department, in consultation with the County Attorney's Office, to determine whether the bid will be accepted as timely. NOTICE TO ALL BIDDERS: • FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON- RESPONSIVE. • THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY BIDDER RESPONDING TO THIS SOLICITATION. MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1. DEFINITIONS Bid - shall refer to any offer(s) submitted in response to this solicitation. Bidder - shall refer to anyone submitting a Bid in response to this solicitation. Bid Solicitation - shall mean this solicitation documentation, including any and all addenda. Bid --Submittal Form -- defines the - requirement of items -to - be purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space on each page. County - shall refer to Miami -Dade County, Florida ISD/PM - shall refer to Miami -Dade County's Internal Services Department, Procurement Management Division. Enrolled Vendor - shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County. Registered Vendor - shall refer to a firm that has completed the Miami -Dade County Business Entity Registration Application and has satisfied all requirements to enter into business agreements with the County. The Vendor Registration Package - shall refer to the Business Entity Registration Application. For additional Information about on-line vendor enrollment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1" Street, 13'" Floor, Miami, FL 33128, Phone 305-375.5773. Vendors can enroll online and obtain forms to register by visiting our web site at www.miamldade.gov/ISD/PM 1.2. INSTRUCTIONS TO BIDDERS A. Bidder Qualification It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. Vendors may enroll with the County to be included on a notification list for selected categories of goods and services. To be eligible for award of a contract (including small purchase orders), Bidders must become a Registered Vendor. Only Registered Vendors can be awarded County contracts. Vendors are required to register with the County by contacting the Vendor Assistance Unit. The County endeavors to obtain the participation of all qualified small business enterprises. For information and to apply for certification, contact the Department of Small Business Development at 111 N.W. 1 Street, 19th Floor, Miami, FL 33128-1900, or telephone at 305-375-3111. County employees and board members wishing to do business with the County are referred to Section 2-11.1 of the Miami -Dade County Code relating to Conflict of Interest and Code of Ethics. B. Vendor Registration To be recommended for award the County requires that vendors complete a Miami -Dade County Vendor Registration Package. Effective June 1, 2008, a new Vendor Registration Package, including a Uniform Affidavit Packet (Affidavit form), must be completed by vendors and returned to the Internal Services Department, Procurement Management Division (ISD/PM), Vendor Assistance Unit, within fourteen (14) days of notification of the Intent to recommend for award. In the event the Vendor Registration Package is not properly completed and returned within the specified time, the County may in Its sole discretion, award to the next lowest responsive, responsible Bidder. The Bidder is responsible for obtaining the Vendor Registration Package, including all affidavits by downloading from the ISD/PM website at www.miamidade.gov or from the Vendor Assistance Unit at 111 N.W. 1°' Street, 13'" Floor, Miami, FL 33128. Bidders are required to affirm that all information submitted with the Vendor Registration Package is current, complete and accurate, at the time they submit a response to a Bid Solicitation, by completing the provided Affirmation of Vendor Affidavit form. In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its knowledge of and commitment to comply with the following: 1. Miami -Dade County Ownership Disclosure Affidavit (Sec. 2-8.1 of the County Code) 2. Miami -Dade County Employment Disclosure Affidavit (County Ordinance No. 90-133, amending Section 2.8.1(d)(2) of the County Code) 3. Miami -Dade Employment Drug -free Workplace Certification (Section 2-8.1.2(b) of the County Code) 4. Miami -Dade Disability and Nondiscrimination Affidavit (Article 1, Section 2-8.1.5-Resolution R182-00 Amending - - R-385-95) 5. Miami -Dade County Debarment Disclosure Affidavit (Section 10.38 of the County Code) 8. Miami -Dade County Vendor Obligation to County Affidavit (Section 2-8.1 of the County Code) 7. Miami -Dade County Code of Business Ethics Affidavit (Article 1, Section 2-8.10) and 2-11(b)(1) of the County Code through (6) and (9) of the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code) 8. Mlaml-Dade County Family Leave Affidavit (Article V of Chapter 11 of the County Code) 9. Miami -Dade County Living Wage Affidavit (Section 2-8.9 of the County Code) 10. Miaml-Dade County Domestic Leave and Reporting Affidavit (Article 8, Section 11A-60 11A-67 of the County Code) 11. Subcontracting Practices (Ordinance 97-35) 12. Subcontractor/Supplier Listing (Ordinance 97-104) 13. Environmentally Acceptable Packaging Resolution (R-738-92) 14. W-9 and 8109 Forms The vendor must furnish These forms as required by the Internal Revenue Service. 15. Social Security Number In order to establish a file for your firm, you must provide your firm's Federal Employer Identification Number (FEIN). If no FEIN exists, the Social Security Number of the owner or individual must be provided. This number becomes your "County Vendor Number". To comply with Section 119.071(5) of the Florida Statutes relating to the collection of an individual's Social Security Number, be aware that ISD/PM requests the Social Security Number for the following purposes: • Identification of individual account records • To make payments to indlviduatvendor for goods and services provided to Mlami-Dade County • Tax reporting purposes • To provide a unique Identifier in the vendor database that may be used for searching and sorting departmental records 16. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 17. Small Business Enterprises The County endeavors to obtain the participation of all small business enterprises pursuant to Sections 2-8.2, 2-8.2.3 and 2-8.2.4 o1 the County Code and Title 49 of the Code of Federal Regulations. 18. Antitrust Laws By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida. C. PUBLIC ENTITY CRIMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: -I- Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 1 GENERAL TERMS AND CONDITIONS Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. D. Request for Additional Information 1. Pursuant to Section 2-11.1(t) of the County Code, all Bid Solicitations, once advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Silence". Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the Procurement Agent identified on the front page of the solicitation. Such inquiries or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet with Bidder's facsimile number. The requestor must also file a copy of this written request with the Clerk of the Board, 111 NW 181 Street, 17'" Floor, suite 202, Miami, Florida 33128-1983 or email clerkbcc@miamidade.00v. 2. The Internal Services Department, Procurement Management Division may Issue an addendum In response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions or requirements' of the solicitation. The Bidder should not rely on any representation, statement or explanation whether written or verbal, other than those made In this Bid Solicitation document or In any addenda issued. Where there appears to be a conflict between this Bid Solicitation and any addenda, the last addendum issued shall prevail. 3. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation, The Bidder Is required to submit with its Bid a signed "Acknowledgment of Addenda" form, when any addenda have been issued. E. Contents of Bid Solicitation and Bidders' Responelbillties 1. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Pleas of ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. 2. In the event a Bidder wishes to protest any part of the General Conditions, Special Conditions and/or Technical Specifications contained in the Bid Solicitation It must file a notice of protest In writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation. Failure to file a timely notice of protest will constitute a waiver of proceedings. 3. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State and local. 4. It is the responsibility of the Bidder/Proposer, prior to conducting any lobbying regarding this solicitation to file the appropriate form with the Clerk of the Board stating that a particular lobbyist Is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer to file the appropriate form required, in relation to each solicitation, may be considered as evidence that the Bidder/Proposer is not a responsible contractor. F. 1. Change or Withdrawal of Bids Changes to Bid - Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid, (as indicated on the cover page) with a letter in writing on the firms letterhead. signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid Is withdrawn as provided herein. Only a written letter received by ISD/PM prior to the Bid opening date may withdraw a bid. A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Within The Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Section, or any addendum issued, the order of precedence shall be: the last addendum Issued, the Bid Submittal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. H. Prompt Payment Terms 1. It is the policy of Miami -Dade County that payment for all purchases by County agencies and the Public Health Trust shall be made in a timely manner and that interest payments be made on late payments. In accordance with Florida Statutes, Section 218.74 and Section 2-8.1.4 of the Miami -Dade County Code, the time at which payment shall be due from the County or the Public Health Trust shall be forty-five (45) days from receipt of a proper invoice. The lime at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. All payments due from the County or the Public Health Trust, and not made within the time specified by this section, shall bear Interest from thirty (30) days after the due date at the rate of one percent (1%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Mayor, or his or her designee(s), not later than sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. 2. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms In the space provided on the Bid submittal signature page of the solicitation. 1.3. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or Ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. C. An authorized agent of the Bidder's firm must sign the Bid submittal form. FAILURE TO SIGN THE BID SUBMITTAL FORM SHALL RENDER THE BID NONRESPONSIVE. D. The Bidder may be considered non -responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation. E. The Bidder may submit alternate Bid(s) for the same solicitation provided that such offer is allowable under the terms and conditions. The altemate Bid must meet or exceed the minimum requirements and be submitted on a separate Bid submittal marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. G. An optional electronic submittal shalt not be considered a part of the bid If It differs In any respect from the required manual submittal in the original hard copy. 1.4. CANCELLATION OF BID SOLICITATION Miami -Dade County reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the County. -II- Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 1 GENERAL TERMS AND CONDITIONS 1.5. AWARD OF BID SOLICITATION A. This Bid may be awarded to the responsible Bidder meeting all requirements as set forth in the solicitation. The County reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re -advertise for all or any part of this Bid Solicitation as deemed in its best interest. The County shall be the sole judge of its best Interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it Is otherwise determined to be in the County's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Miami -Dade County. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Local Business Tax Receipt. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a prime contractor or subcontractor on previous County contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an appropriately sized self-addressed stamped envelope or make a request by e-mail. Bid results will not be given by telephone or facsimile. H. The Bid Solicitation, any addenda and/or properly executed modifications, the purchase order, and any change order(s) shall constitute the contract. I. In accordance with Resolution R-1574-88, the Director of ISD/PM will decide all tie Bids. J. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. K. The County reserves the right to request and evaluate additional information from any bidder after the submission deadline as the County deems necessary. 1.6. CONTRACT EXTENSION A. The County reserves the right to exercise its option to extend a contract for up to one hundred -eighty (180) calendar days beyond the current contract period and will notify the contractor in writing of the extension. B. This contract may be extended beyond the initial one hundred - eighty (180) day extension period upon mutual agreement between the County and the successful Bidder(s) upon approval by the Board of County Commissioners. 1.7. WARRANTY All warranties express and implied, shall be made available to the County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.8, ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based on the County's anticipated needs and/or usage during a previous contract period and; (b) the County may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-proflt entitles utilizing this contract under the Joint Purchase portion of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation and the resulting contract, if that section is present in this solicitation document. No guarantee is expressed or implies as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.9. NON -EXCLUSIVITY It is the Intent of the County to enter into an agreement with the successful Bidder that will satisfy its needs as describe herein. Hqwever, the County reserves the right as deemed in its best interest to perform, or cause 10 be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the work with its own employees. 1.10. LOCAL PREFERENCE The evaluation of competitive bids is subject to Section 2-8.5 of the Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. A local business shalt be defined as: 1. a business that has a valid Local Business Tax Receipt, issued by Miami -Dade County at least one year prior 10 bid or proposal submission, that is appropriate for the goods, services or construction to be purchased; 2. a business that has physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3. a business that contributes to the economic development and well-being of Mlami-Dade County in a verifiable and measurable way. This may include but not be limited to the retention and expansion of employment opportunities and the support and increase in the County's tax base. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation: (a) vendor has at least ten (10) permanent full time employees, or part time employees equivalent to 10 FTE ("full-time equivalent" employees working 40 hours per week) that live in Miami -Dade County, or at least 25% of its employees that live in Miami -Dade County, or (b) vendor contributes to the County's tax base by paying either real property taxes or tangible personal property taxes to Miami -Dade County, or (c) some other verifiable and measurable contribution to the economic development and well-being of Miami -Dade County. When there is a responsive bid from a Miami -Dade local business within 10% of the lowest price submitted by a responsive non -local business, the local business and the non -local low bidder shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local business. At this time, there is an interlocal agreement in effect between Miami - Dade and Broward Counties until September 2012. Therefore, a vendor which meets the requirements of (1), (2) and (3) above for Broward County shall be considered a local business pursuant to this Section. 1.11.CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the successful Bidder, continue until completion at the same prices, terms and conditions. 1.12. BID PROTEST A recommendation for contract award or rejection of award may be protested by a Bidder in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the County Code, as amended, and as established in Administrative Order No.3-21. Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 1 GENERAL TERMS AND CONDITIONS 1.13. LAWS AND REGULATIONS The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation. The Bidder shall comply with all federal, state and local laws that may affect the goods and/or services offered. 1.14. LICENSES, PERMITS AND FEES The awarded bidder(s) shall hold all licenses and/or certifications, obtain and pay for all permits and/or inspections, and comply with all laws, ordinances, regulations and budding code requirements applicable to the work required herein. Damages, penalties, and/or fines imposed on the County or an awarded bidder for failure to obtain and maintain required licenses, certifications, permits and/or Inspections shall be borne by said awarded bidder. 1.15. SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default. When Subcontracting Is allowed the Bidder shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and County Ordinance No. 97-35. 1.16. ASSIG NMENT The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. 1.17. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.18. RESPONSIBILITY AS EMPLOYER The employee(s) of the successful Bidder shall be considered to be at all times Its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder 10 remove any employee it deems unacceptable. All employees of the successful Bidder shall wear proper identification. 1.19. INDEMNIFICATION The successful Bidder shall indemnity and hold harmless the County and Its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, agents or Instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attomey's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 1.20. COLLUSION A contractor recommended for award as the result of a competitive solicitation for any County purchases of supplies, materials and services (including professional services, other than professional architectural, engineering and other services subject to Sec. 2-10.4 and Sec. 287.055 Fla Stets.), purchase, lease, permit, concession or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the County: stating either that the contractor is not related to any of the other parties bidding in the competitive solicitation or identifying all related parties, as defined in this Section, which bid in the solicitation; and attesting that the contractor's proposal is genuine and not sham or collusive or made In the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not In any manner sought by collusion to secure to the proposer an advantage over any other proposer. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted in accordance with the provisions of Sec. 2-8.1.1. Any person or entity that fails to submit the required affidavit shall be ineligible for contract award. A. The Collusion Affidavit will be included in all solicitations and will be requested from bidders/proposers once bids/proposals are received and evaluated. B. Failure to provide a Collusion Affidavit within 5 business days after the recommendation to award has been filed with the Clerk of the Board shall be cause for the contractor to forfeit their bid bond. 1.21. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contract, purchase order, change order or award sheet, as appropriate. 1.22. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the successful Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs Incurred by the successful Bidder prior to notice of termination. The County shall be the sole judge of "reasonable costs." 1.23.TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and conditions stated herein. The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be borne by the successful Bidder. 1.24. FRAUD AND MISREPRESENTATION Pursuant to Section 2.8.4.1 of the Miami -Dade County Code, any individual, corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 1.25. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services, the Commission Auditor, or other auditor of the County's choosing at the Contractor's expense. The Contractor shall provide access to all of its records, which relate directly or Indirectly to this Agreement at its place of business during regular business hours. The Contractor shall retain all records pertaining to this Agreement and upon request make them available to the County for three years following expiration of the Agreement. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. -Iv- Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 1 GENERAL TERMS AND CONDITIONS 1.26 OFFICE OF THE INSPECTOR GENERAL Miaml-Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all County contracts. The cost of random audits shall be a incorporated into the contract price ofall contracts and shall be one quarter (1/4) of one (1) percent of the contract price, except as otherwise provided in Section 2-1076 of the County Code. 1.27 PRE -AWARD INSPECTION The County may conduct a pre -award inspection of the bidder's site or hold a pre -award qualification hearing to determine If the bidder is capable of performing the requirements of this bid solicitation. 1.28 PROPRIETARY/CONFIDENTIAL INFORMATION Proposers are hereby notified that all information submitted as part of, or in support of bid submittals will be available for public inspection after opening of bids in compliance with Chapter 119 of the Florida Statutes; popularly known as the "Public Record Law." The proposer shall not submit any information in response to this solicitation, which the proposer considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this solicitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to the proposer. In the event that the proposer submits information to the County in violation of this restriction, either inadvertently or intentionally and clearly identifies that information in the bid as protected or confidential, the County may, In its sole discretion, either (a) communicate with the Proposer in writing in an effort to obtain the Proposers withdrawal of the confidentiality restriction or (b) endeavor to redact and return that information to the Proposer as quickly as possible, and if appropriate, evaluate the balance of the proposal. The redaction or return of information pursuant to this clause may render a proposal non -responsive. 1.29. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "individually identifiable health information (RHO and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electronic transfer standards that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHUPHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; 7. Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami -Dade County for compliance audits. PHI shall maintain Its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy Information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.30. CHARTER COUNTY TRANSIT SYSTEM SALE SURTAX When proceeds from the Charter County Transit System Sales Surtax levied pursuant to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some part of the cost of This contract, no award for those portions of a Blanket Purchase Order (BPO) utilizing Charter County Transit System Sales Surtax funds as part of a multi - department contract, nor a contract utilizing Charter County Transit System Surtax funds shall be effective and thereby give rise to_a contractual relationship with the County for purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either by expiration of 10 days after such award without veto by the Mayor, or by Commission override of a veto); and, 2) either, i) the Citizens' Independent Transportation Trust (CITT) has approved Inclusion of the Surtax funding on the contract, or, ii) in response to the CITT's disapproval, the County Commission reaffirms award of the contract by two-thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. Notwithstanding the other provisions of Section 1.30, award of an allocation for services in support of the CITT's oversight which does not exceed $1000 will not require Commission or CITT approval and may be awarded by the Executive Director of the CCITT 1.31 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2-11.1(s) of the Code of Miami -Dade County, after May, 16, 2003, no person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. B). A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which Is dependant on or in any way contingent upon the passage, defeat, or modification of: 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Mayor or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision -making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a County board or committee. 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or In part with government funds. -V- Revised 1/12/12 MIAMI-DADE COUNTY BID NO.1088-0/17 SECTION 2 SPECIAL CONDITIONS LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY: The purpose of this solicitation is to establish a contract for the purchase of law enforcement equipment and supplies in conjunction with the County's needs on an as needed when needed basis. 2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts valued up to $1 million and a 5% percent bid preference shall apply to contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Sustainability, Planning and Economic Enhancement Department (SPEED) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Sustainability, Planning and Economic Enhancement Department at 305-375-CERT (2378) or access http://www.miamidade.gov/spee/index.asp. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 PRE -BID CONFERENCE: INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: FIVE (5) YEARS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the last month of the contract term. 2.5 OPTION TO RENEW: INTENTIONALLY OMITTED 2.6 METHOD OF AWARD USING PRE -QUALIFICATION AND SUBSEQUENT SPOT MARKET PROCEDURES TO PURCHASE LAW ENFORCEMENT EQUIPMENT AND SUPPLIES Award of this contract will be made to all responsive, responsible bidders who meet the minimum qualifications set forth in this solicitation and comply with all other requirements. The minimum qualifications are as follows: 1. Bidder must be a manufacturer or authorized distributor or dealer of a manufacturer of law enforcement equipment and supplies listed in Section 4.0. -1- MIAMI-DADE COUNTY BID NO.1088-0/17 SECTION 2 SPECIAL CONDITIONS Pre -qualified Bidders shall participate in subsequent spot market purchases as required by the County or either an as -needed or on a periodic basis. When such spot market purchases are initiated, the pre -qualified Bidders shall be invited to offer a fixed price for a specific individual purchase, or purchases during a specific period. The pre -qualified Bidder then offering the lowest fixed price shall be awarded for the specific period or specific purchase. It shall be the sole prerogative of the County as to the number of pre -qualified Bidders that will be initially included under this contract. During the term of this contract, the County reserves the right to add or delete Bidders as it deems necessary in its best interests. If the County elects to add Bidders, they must meet the same minimum qualifications as listed under Section 2, Paragraph 2.6, and all other requirements herein. 2.7 PRICES: INTENTIONALLY OMITTED 2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY EQUIPMENT: INTENTIONALLY OMITTED 2.9 EQUAL PRODUCT: INTENTIONALLY OMITTED 2.10 LIQUIDATED DAMAGES: INTENTIONALLY OMITTED 2.11 INSURANCE : INTENTIONALLY OMITTED 2.12 BID GUARANTY: INTENTIONALLY OMITTED 2.13 PERFORMANCE BOND: INTENTIONALLY OMITTED 2.14 CERTIFICATIONS: INTENTIONALLY OMITTED 2.15 METHOD OF PAYMENT: INVOICES FOR COMPLETED PURCHASES The awarded Bidder(s) shall submit an invoice(s) to the County user department(s) after purchase has been completed, whether the specific item(s) were picked up by authorized County personnel or delivered to the site by the bidder. In addition to the general invoice requirements set forth below, the invoices shall reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. Submittal of these invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. All invoices shall contain the following basic information: Bidder Information: The name of the business organization as specified on the contract between Miami -Dade County and bidder Date of invoice Invoice number -2- MIAMI-DADE COUNTY BID NO.1088-0/17 SECTION 2 SPECIAL CONDITIONS • Bidder's Federal Identification Number on file with Miami -Dade County II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number III. Pricing Information: • • • Unit price of the goods, services or property provided Extended total price of the goods, services or property Applicable discounts IV. Goods or Services Provided per Contract: • Description Quantity V. Delivery Information: • Delivery terms set forth within the Miami -Dade County Release Purchase Order Location and date of delivery of goods, services or property 2.16 SHIPPING TERMS: F.O.B. DESTINATION: Prices shall be quoted based on F.O.B. Destination and awarded Bidder shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at various locations. 2.17 DELIVERY SHALL BE FIFTEEN (15) DAYS AFTER DATE OF ORDER The awarded Bidder shall make deliveries within fifteen (15) calendar days after the date of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the awarded Bidder(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the awarded Bidder. In these cases, the awarded Bidder shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Should the Bidder to whom the quote is awarded fail to deliver in the number of days stated above, the County reserves the right to cancel the order on a default basis after any back order period that has been specified in this contract has lapsed. If the order is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the awarded Bidder with any re -procurement costs. If the awarded Bidder fails to honor these re -procurement costs, the County may terminate the awarded Bidder from the contract for default. Certain County employees may be authorized in writing to pick-up materials under this contract. Awarded Bidders shall require presentation of this written authorization. The -3- MIAMI-DADE COUNTY BID NO.1088-0/17 SECTION 2 SPECIAL CONDITIONS awarded Bidder shall maintain a copy of the authorization. If the awarded Bidder is in doubt about any aspect of material pick-up, Bidder shall contact the appropriate user department to confirm the authorization. 2.18 BACK ORDER DELAYS IN DELIVERY SHALL NOT BE ALLOWED The County may not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the awarded Bidder is required to deliver all items to the County within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the awarded Bidder fails to deliver the products within the time specified, the County reserves the right to cancel the order, seek the items from another Bidder, and charge the awarded Bidder for any re -procurement costs. If the awarded Bidder fails to honor these re -procurement costs, the County may terminate the contract for default. 2.19 WARRANTY REQUIREMENTS : Each spot market quote will identify any and all warranty requirements. 2.20 CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract, contact Constance Thame at (305) 375-1078 or cthamemiamidade.gov. 2.21 COUNTY USER ACCESS PROGRAM (UAP) FEE (EXCLUSIVE OF FEDERALLY FUNDED PURCHASES) USER ACCESS FEE Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi -governmental or not -for -profit entity. The Bidder providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Bidder participation in this invoice reduction portion of the UAP is mandatory. -4- MIAMI-DADE-COUNTY - -- - - - BID NO.1(188-0/17 - - SECTION 2 SPECIAL CONDITIONS JOINT PURCHASE Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The Bidder must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Bidder participation in this joint purchase portion of the UAP, however, is voluntary. The Bidder shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful Bidder shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the Bidder for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the bidder and shall be paid by the ordering entity less the 2% UAP. BIDDER COMPLIANCE If a bidder fails to comply with this section, that Bidder may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 2.22 LOCAL CERTIFIED SERVICE - DISABLED VETERAN'S BUSINESS PREFERENCE In accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service -Disabled Veteran Business Enterprise (VBE) that submits a bid for a contract shall receive a bid preference of five percent of the price bid. A VBE is a firm that is a) a local business pursuant to Section 2.8.5 of the Code of Miami -Dade County and b) prior to proposal submittal is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. This preference will only be used for evaluating and awarding the bids and shall not affect the contract price. In procurements where Small Business Enterprises (SBE) measures are being applied, a VBE who is also an SBE shall not receive the veteran's preference provided in this section and shall be limited to any applicable SBE preferences. At the time of bid or proposal submission, the bidder must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Statutes and submit this affirmation and a copy of the actual certification along with the bid or proposal submission. 2.23 AVAILABILITY OF CONTRACT TO COUNTY DEPARTMENTS Any County department or agency may avail itself of this contract and purchase any and all items specified herein from the awarded Bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County, which identifies the requirements of the additional County department(s) or agency (ies). -5- MIAMI-DADE COUNTY BID NO.1088-0/17 SECTION 2 SPECIAL CONDITIONS 2.24 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.25 EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE The equipment being offered by the awarded Bidder shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the awarded Bidder from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. All components (whether primary or ancillary) of the delivered equipment are to be in accordance with current SAE standards and recommended practices. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 2.26 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The awarded Bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this contract. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back- orders if applicable. 2.27 LAW ENFORCEMENT EQUIPMENT AND SUPPLIES SHALL BE NEW AND WARRANTED AGAINST DEFECTS: The awarded Bidder hereby acknowledges and agrees that all enforcement equipment and supplies purchased from the bidder in conjunction with this contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the law enforcement equipment and supplies supplied to the County by the Bidder are found to be defective or do not conform to specifications: (1) the supply or equipment may be returned to the awarded Bidder at the bidder's expense, 2) the County may require the awarded Bidder to replace the items at the Bidder's expense and or 3) the pre -qualification Bidder terminated from the contract. 2.28 ADDITIONAL MANUFACTURERS MAY BE ADDED Although this solicitation identifies specific manufacturers, it is hereby understood and agreed that additional manufacturers may be added at the option of the County. -6- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 3 TECHNICAL SPECIFICATIONS LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE-QUALIFCATION OF BIDDERS) 3.1 SCOPE OF WORK To purchase law enforcement equipment and supplies for various Miami -Dade County Departments consisting of, but not limited to, the following: Ammunitions, guns, rifles, leg irons, handcuffs, waist chains, robotics, leg restraints batons, law enforcement protection equipment, and similar or related law enforcement equipment and supplies. QUOTE PROCEDURES 3.2 Spot market pricing procedures may be initiated by either the using County department or by Procurement Management Division. In general, written spot market quotes will be requested from all pre -qualified bidders whenever possible. Technical specifications will be included in spot -market quotations. -7- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 MIAMI DADE OPENING: 2:00 P.M. Wednesday March 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price shall be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ct ISD/PM Date Issued: This Bid Submittal Consists of Pages 8 through 13 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) A Bid Deposit in the amount of NA of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of NA of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED NON -RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED HIGHER THAN LOW NON -RESPONSIBLE NO BID COMMODITY CODE: 680-92,680-22,680-50,680-60 Procurement Contracting Officer Constance Thame, CPPB FIRM NAME RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -8- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) Refer to the details in Section 2, Paragraph 2.6 and its sub -paragraphs to verify that the information provided will suffice as proof of meeting and requirements of this solicitation. Reference Requirement Initial as completed Section 2, Paragraph 2.6, 1 - Provide a current year letter from the Bidder must be a manufacturer or manufacturer, stating that the Bidder is authorized distributor or dealer of a the manufacturer or an authorized manufacturer of law enforcement distributor or dealer of the equipment and supplies listed below. manufacturer. This letter must be on the manufacturer's letterhead and signed with the manufacturer contact person name and phone number. Indicate manufacturer below represented by your company by placing an X in the space provided. Item # Manufacturer Mark X 1 3M 2 5.11 Tactical 3 Action Target 4 Aearo Products 5 American Aluminum Accessories, Inc. 6 American Eagle 7 Armadillo Truck Vault 8 Armor Accessories 9 Armor Forensics 10 Armor Holdings 11 ASP, Inc. 12 ATK 13 Bianchi 14 Blackhawk Products 15 Blauer Products 16 Brand -Hatch Corporation 17 BreakFree 18 Bushnell 19 CamelBak LLC 20 Cardinal Windbreakers 21 CCI Blazer 22 Colt Item # Manufacturer Mark X 43 FNH USA 44 Fox Lab 45 Garmin 46 Gator Hawk Armor 47 Gemtech 48 Genesis 49 Glaco 50 Glock 51 Glove Tech 52 Gould & Goodrich 53 Gradient Lens Corporation 54 Guardian Tactical Systems • 55 Hatch Gear 56 Havis Shields 57 Hawkeye 58 Holster Tech 59 Hoppes 60 Hornady 61 Kleebore 62 Kustom 63 Leica 64 Leupold -9- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) FIRM NAME: Item # Manufacturer Mark X 23 Combined Tactical System 24 Cop Top 25 Criminalists 26 CST Burger Products 27 Dewalt 28 Federal Premium 29 Otis Technology 30 Peerless Cuffs 31 Peerless Mounts 32 Pelican Products 33 Pepperball Technologies 34 PowerCom 35 Precision Ammunition 36 Proguard 37 Propper International 38 ProTech 39 Remington 40 Remotec 41 Ripp Restrains, Inc. 42 Safariland Item 65 Manufacturer LRT Ranges 66 Mancom 67 Monadnock Mark X 68 Mullins Extreme Shock 69 Nightforce Optics 70 Oakley 71 Simmunition 72 Smith & Wesson 73 Springfield Armory 74 Stalker 75 Streamlight Products 76 Stun -Cuff 77 Sudecon 78 Surefire 79 Thorogood 80 Total Metal Jacket 81 Trujicon 82 Tru-Spec 83 Whelen 84 Winchester 85 Woolrich Additional Manufacturers: -10- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: - 11 - MIAM-I-DADE-COUNTY BID NO.: 1088- MIAMH*DE COUNTY BID SUBMITTAL FORM Bid Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information at the time of bid or proposal submission. ❑ Place a check mark here only if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: . In such event, the proposer shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. ❑ Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. El Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Bidder participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other govemmental, quasi-govemmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-govemmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No - 12 - Revised 1/12/12 MTAMI-DARE—COUNTY BID NO.: 1088-0717 Firm Name: M IAM I•DADE i rrei BID SUBMITTAL FORM Street Address: Mailing Address (if different): Telephone No.: Fax No.: Email Address: FEIN No. / - / / / / / / Prompt Payment Terms: % days net days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) *"By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." Print Name: Title: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -13- Revised 1/12/12 APPENDIX AFFIDAVITS FORMAL BIDS MIAMI-DADE COUNTY MIAMtla4DE r illy Mlaml-Dade County Internal Services Department Procurement Management Division Affirmation of Vendor Affidavits BID NO.:1088-0/17 In accordance with Ordinance 07-143 amending Section 2-8.1 of the Code of Miami -Dade County, effective June 1, 2008, • vendors are required to complete a new Vendor Registration Package, including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted with the Vendor Registration Package is current, complete and accurate for each affidavit listed below. Federal Employer Contract No.: Identification Number (FEIN): Contract Title: Affidavits and Legislation/ Governing Body f. Miami -Dade County Ownership Disclosure Sec. 2-8.1 of the County Code e• Miami -Dade County Vendor Obligation to County Section 2-8.1 of the County Code 2. Miami -Dade County Employment Disclosure County Ordinance No. 90-133,amending Section 2.8-1(d)(2)of the County Code 7. Miami -Dade County Code of Business Ethics Article 1, Section 2-8.1(r) and 2-11 MO) oftheCounty Code through (6) and (9) of the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code 3. Miami -Dade County Employment Drug -free Workplace Certification Section 2-8.1.2(b) f the County Code 8• Miami -Dade County Family Leave Article V of Chapter 11 of the County Code 4. Miami -Dade County Disability Non-Discriminaflon Article 1, Section 2-8.1.5 Resolution R 182-00 amending • R-385-95 9• Miami -Dade County Living Wage Section 2-8.9 of the County Code 5. Miami -Dade County Debarment Disclosure Section 10.38 of the County Code la Miami -Dade County Domestic Leave and Reporting Article 8, Section 1 IA-60 1 IA-67 of the County Code Printed Name of Affiant Printed Title of Affiant Name of Firm Address of Firm State Notary Public Information Notary Public -State of Counly of Signature of Affiant Date Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me ❑ or has produced identification ❑ Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Dote Notary Public Seal Page 1 of 3 Revised 1/12/12 MIAMI-DADE COUNTY BID NO.:1088-0/17 FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date Page 2 of 3 Revised 2/11/11 MIAMI-DADE COUNT BID NO.1088-0/17 SUBCONTRACTORKUPPLIER LISTING; (Ordinance 97-104) Firm Name of Prime Contractor/Respondent: Bid No.: 'hide: This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders and respondents on County or Public Health 'Trust construction contracts which involve expenditures of $100,000 or more. A bidder or respondent who is awarded the contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub form 100 in those instances where no subcontractors or suppliers will be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Owner) (]ender Race Business Name and Address of Direct Supplier Principal Owner Supplies/Materials/Services to be Provided by Supplier (Principa Lender Owner) Race I certify that the representations co trained in this Subcontractor/Supplier Listing are to the best of my knowledge true and accurate Prime Contractor/Respondent's Signature Print Name (Duplicate If additional space is needed) Page 3 of 3 Print "title FOR1l IUU Date Revised 2/11/11 Date: To: From: Subject: MMI DADS Memorandum IA July 6, 2017 Honorable Chairman Esteban L. Bovo, Jr. and Members, Board os ounty Commissioners Carlos A. Gimene Mayor Request for Additional Time an: Expenditure Authority to Prequalification Pool No. 1088-0/17, Law Enforcement Equipment and Supplies Agenda Item No. 8(F)(8) Recommendation It is recommended that the Board of County Commissioners (Board) authorize an extension of Prequalification Pool No. 1088-0/17, Law Enforcement Equipment and Supplies, for five (5) additional years and increase the expenditure authority by $14,037,000. This pool was approved by the Board in July 2012 for a five-year term pursuant to Resolution No. R-544-12 and is used by County departments to purchase various law enforcement equipment and supplies, including, but not limited to, ammunition, guns, leg irons, protective gear, rifles, robotics, tear gas, and waist chains. The requirements, terms and conditions of the pool would not change if a replacement solicitation were to be issued. It is anticipated that the same vendors would prequalify for the replacement solicitation. The original pool was established with 15 vendors. There are currently 23 prequalified vendors, of which eight (8) are local. Additional qualified vendors may be added to the pool at any time during the term of the pool. Outreach to registered firms was conducted to increase the number of prequalified firms. Additionally, Internal Services Department staff contacted the Beacon Council, Greater Miami Chamber of Commerce and Miami -Dade Chamber of Commerce in an effort to gain assistance with identifying additional local vendors engaged in providing these services. As of April 2017, these efforts have not yielded the addition of local vendors to the pool. This prequalification pool will remain advertised on the Internal Services Department website to encourage additional participation. It is in the County's best interest to modify the existing pool for an additional five-year period to allow departments to continue purchasing various law enforcement equipment and supplies required to support their operations and promote public safety. The requested additional expenditure authority will be allocated as follows: 1) Aviation requested $100,000 in additional expenditure authority for the department's Police Unit. The unit purchases training ammunition, guns, law enforcement protection equipment, K9 training aides and other related supplies and equipment. 2) Corrections and Rehabilitation requested $1,322,000 in additional expenditure authority to purchase equipment and supplies for its new employees. Equipment and supplies, such as training ammunition, body armor, holsters, pepper spray, film to seal inmate property, leg irons, handcuffs and waist chains for inmates, will be needed for new recruits as they undergo academy training classes. 3) Parks, Recreation and Open Spaces requested $100,000 in additional expenditure authority for its Park Enforcement Division, Equipment and supplies, such as tasers, cartridges, holsters, training materials, red man tactical training suits, handcuffs, expandable batons, duty belts and pepper spray, are required for Enforcement Officers and security personnel. Honorable Chairman Esteban L. Bovo, Jr. and Members, Board of County Commissioners Page 2 4) Police requested $12,500,000 in additional expenditure authority to purchase ammunition, guns, rifles, and tactical equipment, such as protective gear, ballistic shields and helmets, The Department is hiring officers and conducting at least four (4) to six (6) basic law enforcement classes per fiscal year. With the increased number of classes, the level of stock for standard -issued equipment must be increased. 5) PortMiami requested $15,000 in additional expenditure authority to meet the equipment and supply needs of its Safety and Security Division. The Division purchases training equipment and materials, pepper spray and inspection mirrors. Scope The impact of this item is countywide in nature. Fiscal lmpact/Fundinq Source This prequalification pool expires on September 30, 2017 and has an existing allocation of $13,102,000, The pool was established with an allocation of $6,700,000 which was subsequently modified under delegated authority for $1,763,000 and by the Board for $4,636,000, resulting in an existing cumulative allocation of $13,099,000, which has been rounded up to $13,102,000 for purposes of this Board item. The requested additional expenditure authority of $14,037,000 is based on anticipated usage during the five-year extension period. if this modification is approved, the pool's cumulative allocation for the 10- year term would be $27,139,000. Department Existing Cumulative Allocation Additional Allocation Requested Modified Cumulative Allocation Funding Source Contract Manager Aviation $104,000 $100,000 $204,000 Proprietary Funds Neivy Garcia Corrections and Rehabilitation 1,367,000 1,322,000 2,689,000 General Fund Mohammed Had Parks, Recreation and Open Spaces 104,000 100,000 204,000 General Fund Lluis Gorgoy Police 11,485,000 12,500,000 23,985,000 General Fund/ Law Enforcement Trust Fund Laura Romano PortMiami 42,000 15,000 57,000 Proprietary Funds Gyselle Pino Total: $13,102,000 $14,037,000 $27,139,000 Track Record/Monitor Fredrick Taylor of the Internal Services Department is the Procurement Contracting Officer. Delegated Authority The County Mayor or the County Mayor's designee will have the authority to exercise all provisions of any resultant contract pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38. The County Mayor or the County Mayor's designee may add qualified vendors to the pool at any time during the term of the pool, subject to bi-annual ratification by the Board. The County Mayor or County Mayor's designee will, also have the authority to solicit pricing and award contracts up to an aggregate contract amount of the allocation authorized by the Board. Prequalified Vendors There are 23 prequaiified vendors. See Attachment No. 1, Vendor Table. 02 Honorable Chairman Esteban L. Bova, Jr. and Members, Board of County Commissioners Page 3 Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Department's Procurement Guidelines to determine contractor responsibility, including verifying corporate status and review of performance and compliance issues through various vendor responsibility lists and a keyword Internet search. The lists referenced include convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to contractor responsibility. Applicable Ordinances and Contract Measures • The User Access Program provision applies where permitted by the funding source. • The Small Business Enterprise Bid Preference and Local Preference will be applied at the time of the spot market competition, where permitted by the funding source. A set -aside applies for spot market competition up to $100,000 when there are three (3) or more certified firms available. • The Livng Wage Ordinance does not apply. Russell Benford Deputy Mayor 3 Request for Additional Expenditure Authority to Prequalification Pool No. 1088-0/17, Law Enforcement Equipment and Supplies ATTACHMENT 1 — PRE -QUALIFIED VENDORS Vendor Address , Local Address Principal 911 Store, Inc. 2231 Hollywood Boulevard Hollywood, FL Same Walter F. Phi!brick Achilles Technology Solutions, dba ATS Armor, LLC 7432 E Tierra Buena Lane Suite 101 Scottsdale, AZ None Brian T, Beckwith Applied Concepts, Inc. dba Stalker Radar 2609 Technology Drive Plano, TX None Darlene Stoneham Atlantic Signal, LLC 900 SW 39 Street Suite A Topeka, KS None Randall Hedrick Center Mass, Inc. 33825 Plymouth Road Livonia, MI None Anthony L. Torres Clearwater Packaging, Inc. dba CPI Guardian 615 B Grand Central Street Clearwater, FL None Jon D. Hoover Dana Safety Supply, Inc. 5221 West Market Street Greensboro, NC 1622 NW 82Avenue Miami, FL David C. Hodges, Jr. Federal Eastern International, Inc. (SBE) 4320 Deerwood Lake Parkway 101-460 Jacksonville, FL None Sarah E. Hayes Florida Bullet, Inc. 1220 Rogers Street Clearwater, FL None Tom FaIone, III Fox Labs International, Inc. 310 Church Street Mount Clemens, MI None Edward L. Ferguson GL Distributors, Inc. 18459 Pines Boulevard Number 340 Pembroke Pines, FL Same Mark Altman GT Distributors of Georgia, Inc. 330 Middle View Drive Catoosa, Ringgold, GA None Deborah S. Orr Gulf States Distributors, Inc. 6000 East Shirley Lane Montgomery, AL None Charles L. Dees, Jr. Kustom Signals, Inc. 9562 Loiret Boulevard Lenexa, KS None Frederick S. Perry Lawmen's and Shooters' Supply, inc. 7750 9 Street SW Vero Beach, FL None Reed C. Knight, Jr. Request for Additional Expenditure Authority to Prequalifcation Pool No. 1088-0/17, Law Enforcement Equipment and Supplies ATTACHMENT 1 — PRE -QUALIFIED VENDORS Vendor Address Local Address Principal LESC, Inc. dba Law Enforcement Supply 8604 Cliff Cameron Drive Suite 105 Charlotte, NC 7262 NW 33 Street Miami, FL Lou Shaffner Lou's Police Distributors, Inc. 7815 West 4 Avenue Hialeah, FL Same Linda R. Riccobono NPEE L.C. 451 East 10 Court Hialeah, FL Same Erik Agazim Prima Vista International Inc. 4851 W Hillsboro Boulevard, A13 Coconut Creek, FL Same Gladys Rosario Safeware, Inc. 4403 Forbes Boulevard Lanham, MD None Edward Simons SRT Supply, Inc. 4450 60 Avenue N St. Petersburg, FL None Patrick R. Wood Taser International, Inc. 17800 N 85 Street Scottsdale, AZ None Patrick Smith W.W. Grainger, Inc 100 Grainger Parkway Tax Department B3.E40 Lake Forest, IL 2255 NW 89 Place Doral, FL Eric Tapia to MEMORANDL (Revised) TO: Honorable Chairman Esteban L. Bovo, Jr. DATE: July 6, 2017 and Members, Board of County Commissioners FROM: rice-Wi Coun • ttorney SUBJECT: Agenda Item No. 8 (F) (8 ) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new•board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (Le., 2/3's , 3/5's , unanimous ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required 6 Approved Mayor Agenda Item No. 8 (F) (8 ) Veto 7-6-17 Override RESOLUTION NO. RESOLUTION AUTHORIZING ADDITIONAL TIME OF FIVE YEARS AND EXPENDITURE AUTHORITY IN A TOTAL AMOUNT UP TO $14,037,000.00 FOR PREQUALIFICATION POOL NO. 1088-0/17 FOR PURCHASE OF LAW ENFORCEMENT EQUIPMENT AND SUPPLIES FOR VARIOUS COUNTY DEPARTMENTS; AND AUTHORIZLNG THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO SOLICIT PRICING, AWARD CONTRACTS, EXERCISE ALL PROVISIONS OF THE SOLICITATION DOCUMENTS AND ANY RESULTING CONTRACTS PURSUANT TO SECTION 2-8.1 OF THE COUNTY CODE AND IMPLEMENTING ORDER 3-38, AND ADD VENDORS TO THE POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE BOARD ON A BI-ANNUAL BASIS WHEREAS, this Board desires to accomplish the purpose outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes additional time of five years and expenditure authority in a total amount up to $14,037,000.00 for prequalification pool 1088-0/17 for the purchase of law enforcement equipment and supplies for County departments and authorizes the County Mayor or the County Mayor's designee to (a) solicit pricing and award contracts up to the aggregate amount of the allocation authorized by the Board, (b) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38, and (c) add vendors to the pool at any time, during the term of the pool, subject to ratification by the Board on a bi- Agenda Item No. 8 (F) (8 ) Page No. 2 annual basis. A copy of the solicitation document and the contracts once awarded are on file with and available upon request from the Internal Services Department, Procurement Management Services Division. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Esteban L. Bovo, Jr., Chairman Audrey M. Edmonson, Vice Chairwoman Bruno A. Barreiro Jose "Pepe" Diaz Barbara J. Jordan Jean Monestime Rebeca Sosa Xavier L. Suarez Daniella Levine Cava Sally A. Heyman Joe A. Martinez Dennis C. Moss Sen. Javier D. Souto The Chairperson thereupon declared the resolution duly passed and adopted this 6th day of July, 2017. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this Resolution and the filing of this approval with the Clerk of the Board. MIAMI-DADS COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK By: Deputy Clerk Approved by County Attorney as to form and legal sufficiency. Miguel A. Gonzalez MIAMI-D E COUNTY CONTRACT AWARD SHEET INTERNAL SERVICES DEPARTMENT BID NO.: 1088-0/17 PREVIOUS BID NO.: 1088-4/11-4 TITLE: LAW ENFORCEMENT EQUIP & SUPLIES PRE-QUAL CURRENT CONTRACT PERIOD: 08/01/2012 THROUGH 09/30/2022 TOTAL # OF OTRs: 0 CONTRACT AMOUNT: REQUISTION NO.: $27,139,000.00 SECTION #1 —APPLICABLE ORDINANCES Living Wage: N Other Applicable Ordinances: UAP: Y IG: Y SECTION #2 — CONTRACT MEASURES Local Preference: Y Small Business Enterprise (SBE): Y Miscellaneous: Micro Enterprise: N PTP Funds: N Full Federal Funding: N Performance Bond: N Partial Federal Funding: N Insurance: Y SECTION #3 — CONTRACTING OFFICER Name . Phone : Fax . Email . Frederick Taylor 305-375-1078 305-375-4407 Frederick.Taylor@MIAMIDADE.GOV SECTION #4 — BPO INFORMATION 1. ABCW1200722 Commodity ID Commodity Name 680-60 HANDCUFFS AND LEG IRONS 680-92 TEAR GAS, TEAR GAS GUNS, AND AMMUNITION 680-22 BOMB PROTECTION DEVICES AND SUPPLIES 680-50 GUNS, STUN (NONLETHAL) 680-77 RADAR INSTRUMENTS, TRAFFIC ENFORCEMENT 880-11 AUDIO VISUAL EQUIPMENT AND SUPPLIES (NOT 680 POLICE EQUIPMENT AND SUPPLIES 680-08 POLICE PROTECTION EQUIPMENT (BODY ARMOR Department Department Allocation PR****** $203,333.33 SP****** $56,333.33 CR****** $2,688,066.68 PD****** $20,683.675.66 2. ABCW1200723 Commodity ID Commodity Name 680-92 TEAR GAS, TEAR GAS GUNS, AND AMMUNITION 680-22 BOMB PROTECTION DEVICES AND SUPPLIES Page 1 Bid No. 1088-0/17 680-50 GUNS, STUN (NONLETHAL) 680-60 HANDCUFFS AND LEG IRONS 680-77 RADAR INSTRUMENTS, TRAFFIC ENFORCEMENT 680-08 POLICE PROTECTION EQUIPMENT (BODY ARMOR 880-11 AUDIO VISUAL EQUIPMENT AND SUPPLIES (NOT 680 POLICE EQUIPMENT AND SUPPLIES Department Department Allocation PD****** $531,409.00 AV****** $203,333.33 Award Sheet 3. ABCW1700522 Commodity ID Commodity Name 680-92 TEAR GAS, TEAR GAS GUNS, AND AMMUNITION 680-22 BOMB PROTECTION DEVICES AND SUPPLIES 680-50 GUNS, STUN (NONLETHAL) 680-60 HANDCUFFS AND LEG IRONS 680-77 RADAR INSTRUMENTS, TRAFFIC ENFORCEMENT 880-11 AUDIO VISUAL EQUIPMENT AND SUPPLIES (NOT 680 POLICE EQUIPMENT AND SUPPLIES 680-08 POLICE PROTECTION EQUIPMENT (BODY ARMOR Department Department Allocation PD****** $2,769,382.00 BCC Award: BCC Date: DPM Award: DPM Date: Additional Items Allowed: Agenda Item No.: Special Conditions: N 07/03/2012 N 05/25/2012 8(F) (2) SECTION #6 — VENDORS AWARDED 1. Vendor Name: GT DISTRIBUTORS OF GEORGIA INC DBA: FEIN: 205104876 Suffix: 01 Street: 100 MCFARLAND AVENUE City: ROSSVILLE State: GA Zip: 30441 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: 800-241-8950 Local Vendor: 0 Certified Vendor Assigned Measures SBE: 0 Set Aside: 0 Bid Pref.: 0 Micro Ent. : 0 Selection Factor: 0 Goal: 0 Other: Vendor Record Verified? 1 Contact Details Page 2 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address DAVID B ROBINS 706-866-2764 800-241-8950 800-480-5846 GASALES@GTDIST.COM 2. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details LOUS POLICE DISTRIBUTORS INC 260472002 01 7815 W 4TH AVENUE HIALEAH FL 33014 DEST-P N ET30 1 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address LINDA RICCOBONO 305-416-0000 305-824-9205 LINDA@LOUSPOLICE.COM 3. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details NPEE L C 270335137 01 451 E 10TH CT HIALEAH FL 33010 DEST-P N ET30 1 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address ERIK AGAZIM 305-532-6448 305-735-2402 ERIK@NPEE.ORG 4. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: RESCUE OPERATIONS INTERNATIONALGROUP LLC 271111093 01 298 NE Wavecrest Ct Boca Raton FL 33432 Page 3 Bid No. 1088-0/17 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: 0 Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Robert Soto 561-6139833 robert@rescue-operations.com 5. Vendor Name: DANA SAFETY SUPPLY INC DBA: FEIN: 271557226 Suffix: 02 Street: 1622 NW 82 AVENUE City: MIAMI State: FL Zip: 33126 FOB Terms: DEST-P Delivery: Payment Terms: NET45 Toll Phone: - Local Vendor: 1 Certified Vendor SBE: 0 Micro Ent: 0 Other: Contact Details Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address William E Barnhart 305-6396055 305-6396056 wbarnhart@danasafetysupply.com 6. Vendor Name: FEDERAL EASTERN INTERNATIONAL INC DBA: FEIN: 271774570 Suffix: 01 Street: 751 PINELLAS BAYWAY,SUITE 106 City: ST. PETERSBURG State: FL Zip: 33715 FOB Terms: DEST-P Delivery: Payment Terms: NET14 Toll Phone: - Local Vendor: 0 Certified Vendor Assigned Measures SBE: 0 Set Aside: 0 Bid Pref.: 0 Micro Ent. : 0 Selection Factor: 0 Goal: 0 Other: Vendor Record Verified? 1 Contact Details Page 4 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address SARAH E HAYES 727-827-2997 727-954-8804 SHAYES@FEDEASTINTL.COM 7. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details W W GRAINGER INC GRAINGER 361150280 01 2255 NW. 89TH PLACE MIAMI FL 33172 DEST-P N ET45 1 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address GEORGE JOSEPH 305-594-3036 305-592-5611 GOV480@GRAINGER.COM 8. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details CENTER MASS INC 383310489 01 33825 PLYMOUTH ROAD LIVONIA MI 48150 DEST-P N ET30 800-794-1216 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address JEFFREY L FELTS 734-425-2195 800-794-1216 734-425-2216 9. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: FOX LABS INTERNATIONAL INC 383364989 01 310 Church Street Mount Clemens MI 48043 DEST-P Page 5 Bid No. 1088-0/17 Delivery: Payment Terms: NET30 Toll Phone: 800-3695227 Local Vendor: 0 Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address EDWARD L FERGUSON- PRE. 586-7835100 800-3695227 586-7835151 sales@foxlabs.com 10. Vendor Name: KUSTOM SIGNALS INC DBA: FEIN: 431757730 Suffix: 01 Street: 9652 LOIRET BLVD. City: LENEXA State: KS Zip: 66219 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: 800-458-7866 Local Vendor: 0 Certified Vendor SBE: 0 Micro Ent. : 0 Other: Contact Details Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address TONY CAMPOS 800-458-7866 800-458-7866 913-492-1703 INFO@KUSTOMSIGNALS.COM 11. Vendor Name: ATS ARMOR, LLC DBA: FEIN: 472741572 Suffix: 01 Street: 7432 E. Tierra Buena Lane, Suite 101 City: Scottsdale State: AZ Zip: 85260 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: 0 Certified Vendor Assigned Measures SBE: 0 Set Aside: 0 Bid Pref.: 0 Micro Ent.: 0 Selection Factor: 0 Goal: 0 Other: Vendor Record Verified? 1 Contact Details Page 6 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address Brian T Beckwith 602-3449337 602-3449443 bbeckwith@atsarmor.com 12. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details 911 STORE INC 510497644 01 2231 HOLLYWOOD BLVD HOLLYWOOD FL 33020 DEST-P 2%10NET30 800-899-7918 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address WALTER PHILBRICK 954-922-9258 800-899-7918 954-922-7009 FL911STORE@AOL.COM 13. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details SAFEWAREINC 521152883 01 4403 Forbes Blvd Lanham MD 20706 DEST-P N ET30 800-331-6707 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address ANNE PETRENKO 301-683-1234 800-331-6707 800-331-1240 APETRENKO@SAFEWAREINC.CO M 14. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: BOB BARKER COMPANY INC 561558062 01 134 N MAIN STREET FUQUAY VARINA NC 27526 Page 7 Bid No. 1088-0/17 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: 800-3349880 Local Vendor: 0 Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Taila Rosario 919-5523431 800-3349880 800-3227537 bidnotices@bobbarker.com 15. Vendor Name: CRIMINALISTICS INC DBA: FEIN: 591271597 Suffix: 01 Street: 7560 N.W. 82 STREET City: MIAMI State: FL Zip: 33166 FOB Terms: DEST-P Delivery: Payment Terms: 1 %10NET30 Toll Phone: - Local Vendor: 1 Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address SANDRA NARVAEZ 360-496-6363 360-496-6210 INFO@CRIMINALISTICSINC.COM 16. Vendor Name: LAWMEN'S & SHOOTER'S SUPPLY INC DBA: FEIN: 592223132 Suffix: 01 Street: 7750 9TH STREET S.W. City: VERO BEACH State: FL Zip: 32968 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: 800-562-5697 Local Vendor: 0 Certified Vendor Assigned Measures SBE: 0 Set Aside: 0 Bid Pref.: 0 Micro Ent.: 0 Selection Factor: 0 Goal: 0 Other: Vendor Record Verified? 1 Contact Details Page 8 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address GAIL WALKER -KEEN 772-569-8700 800-562-5697 772-569-2955 BIDS@LAWMENS.NET 17. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details CLEARWATER PACKAGING INC C P I GUARDIAN 592292691 01 615 GRAND CENTRAL STREET SUITE B CLEARWATER FL 33756 DEST-P N ET30 800-299-2596 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address CORY J HOOVER 727-442-2596 800-299-2596 727-447-3587 INFO@PROPERTYROOMSOLUTIO NS.COM 18. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details FLORIDA BULLET INC 592341725 01 1220 ROGERS STREET CLEARWATER FL 33756 DEST-P N ET30 727-216-3548 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address TOM FALONE III 727-461-6081 727-216-3548 727-441-4477 TF4@FLORIDABULLET.NET 19. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: LESC INC LAW ENFORCEMENT SUPPLY COMPANY 592656271 03 6601 Lyons Road Ste H3 Coconut Creek FL 33073 Page 9 Bid No. 1088-0/17 FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent. : 0 Other: Contact Details DEST-P NET45 813-8851310 0 Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address LES SALES 800-3264019 813-8851310 813-8857787 BIDS@LAWSUPPLY.COM 20. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent. : 0 Other: Contact Details SRT SUPPLY INC 593281291 01 4450 60TH AVE N ST PETERSBURG FL 33714 DEST-P NET45 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address RICHARD HADDAD 727-526-5451 727-527-6893 RHADDAD@SRTSUPPLY.COM 21. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details DGG TACTICAL SUPPLY INC 593628391 03 8725 YOUNGERMAN CT. STE. 305 JACKSONVILLE FL 32244 DEST-P N ET30 866-626-8273 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Page 10 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address LISA A SWEAT 904-777-4801 866-626-8273 904-777-4802 LISA@TEAMDGG.COM 22. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details OMNI DISTRIBUTION INC 621317417 01 5141 ST HWY 218 CRAWFORDSVILLE AR 72327 DEST-P N ET30 800-277-6664 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address TERESA BRADLEY 800-277-6664 800-277-6664 800-508-8534 INFO@OMNIEXPLOSIVES.COM 23. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details GULF STATES DISTRIBUTORS 630803427 01 6000 E SHIRLEY LN MONTGOMERY AL 36117 DEST-P N ET30 800-223-7869 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address CONRAD D NAFTEL 334-271-2010 800-223-7869 334-279-9267 SALES@GULFSTATESDIST.COM 24. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: GL DISTRIBUTORS INC 650716987 01 18459 PINES BLVD, STE 340 PEMBROKE PINES FL 33029 DEST-P Page 11 Bid No. 1088-0/17 Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details N ET30 0 Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address MARK ALTMAN - PRESIDEN 954-441-1473 954-441-1474 MARK@GLDISTRIBUTORS.COM 25. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details PRIMA VISTA INTERNATIONAL, INC. 650872376 01 4851 W Hillsboro Blvd Suite A-13 Coconut Creek FL 33073 DEST-P N ET30 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Sean Rosario 954-4283123 954-4283134 srosario@primavista.us 26. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent. : 0 Other: Contact Details APPLIED CONCEPTS INC STALKER RADAR 751544925 02 2609 TECHNOLOGY DR. PLANO TX 75074 DEST-P N ET30 800-7825537 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Page 12 Bid No. 1088-0/17 Award Sheet Name Phone 1 Phone 2 Fax Email Address Jan Achilles 972-3983780 800-7825537 972-3983781 SALES@STALKERRADAR.COM 27. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details ATLANTIC SIGNAL LLC 753094626 01 900 SW 39th Street Topeka KS 66609 DEST-P N ET30 800-8508512 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Randall Hedrick 785-5825823 800-8508512 785-4085897 randallhedrick@atlanticsignal.com 28. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: 0 Micro Ent.: 0 Other: Contact Details TASER INTERNATIONAL INC 860741227 01 17800 N 85th St scottsdale AZ 85255 DEST-P NET30 800-9782737 0 Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Julia G Leibelshon 480-5026249 800-9782737 888-9581469 contracts@taser.com 29. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: AXON ENTERPRISE, INC. 860741227 02 17800 N 85th St scottsdale AZ 85255 D E ST-P Page 13 Bid No. 1088-0/17 Delivery: Payment Terms: NET30 Toll Phone: 800-9782737 Local Vendor: 0 Certified Vendor SBE: 0 Micro Ent. : 0 Other: Contact Details Award Sheet Assigned Measures Set Aside: 0 Bid Pref.: 0 Selection Factor: 0 Goal: 0 Vendor Record Verified? 1 Name Phone 1 Phone 2 Fax Email Address Julia G Leibelshon 480-5026249 800-9782737 888-9581469 CONTRACTS@TASER.COM SECTION #7 — ITEMS AWARDED Details: See Attached Roadmap Item # Description Qty. Unit Price No Items Awarded $ SECTION #8 — ADDITIONAL NOTES Page 14 /' MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 M IAM I•DADE COUNTY OPENING: 2:00 P.M. Wednesday March 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price shall be less all taxes. Tax Exemption Certificate furnished upon request. Issued ISD/PM Date Issued: This Bid Submittal Consists of by: ct Pages 8 through 13 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) A Bid Deposit in the amount of NA of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of NA of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.G.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 680-92,680-22,680-50,680-60 Procurement Contracting Officer Constance Thame, CPPB 1) FIRM NAME LOU S tJC`Ace_ l Skl 'L \\,0 `k lug 7.- C-1 RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -8- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES l _ RE -QUALIFICATION QF BIDDERS) FIRM NAME: l...UU S olkce bi,c1C4 b�4 pBl 113`"c--- BID NO.: 1088-0117 Refer to the details in Section 2, Paragraph 2.6 and its sub -paragraphs to verify that the information provided will suffice as proof of meeting and requirements of this solicitation. Reference Requirement Initial as completed Section 2, Paragraph 2.6, 1 - Provide a current year letter from the Bidder must be a manufacturer or manufacturer, stating that the Bidder is authorized distributor or dealer of a the manufacturer or an authorized manufacturer of law enforcement distributor or dealer of the equipment and supplies listed below. manufacturer. This letter must be on the manufacturer's letterhead and signed with the manufacturer contact person name and phone number. Indicate manufacturer below represented by your company by placing an X in the space provided. Item # Manufacturer Mark X 1 3M 2 5.11 Tactical X 3 Action Target 4 Aearo Products 5 American Aluminum Accessories, Inc. 6 American Eagle 7 Armadillo Truck Vault 8 Armor Accessories 9 Armor Forensics sou« x 10 Armor Holdings 11 ASP, Inc. ./, 1\ —...12 ATK__.__.__ 13 Bianchi X 14 Blackhawk Products X 15 Blauer Products K 16 Brand -Hatch Corporation 17 BreakFree X 18 Bushnell K 19 CamelBak LLC 20 Cardinal Windbreakers 21 CCI Blazer 22 Colt Item # Manufacturer Mark X 43 FNH USA 44 Fox Lab 45 Garmin 46 Gator Hawk Armor 47 Gemtech 48 Genesis 49 Glaco ( (``jai CO) X 50 Glock X 51 Glove Tech 52 Gould & Goodrich 53 Gradient Lens Corporation 54 Guardian Tactical Systems 55 Hatch Gear X 56 Havis Shields 57 Hawkeye 58 Holster Tech 59 Hoppes X 60 Hornady 61 Kleebore X 62 Kustom 63 Leica 64 Leupold -9- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) Item # Manufacturer Mark X 23 Combined Tactical System 24 Cop Top 25 Criminalists 26 CST Burger Products 27 Dewalt 28 Federal Premium 29 Otis Technology 30 Peerless Cuffs X 31 Peerless Mounts 32 Pelican Products 33 Pepperball Technologies 34 PowerCom 35 Precision Ammunition 36 Proguard Q co — G A-0 , 37 Propper International 38 ProTech K 39 Remington X 40 Remotec 41 Ripp Restrains, Inc. 42 Safariland , Item 65 66 67 Manufacturer LRT Ranges Mancom Monadnock Mark X X 68 69 70 Mullins Extreme Shock Nightforce Optics Oakley 71 Simmunition 72 Smith & Wesson 73 Springfield Armory 74 Stalker 75 Streamlight Products 76 Stun -Cuff 77 Sudecon 78 Surefire K 79 Thorogood 80 Total Metal Jacket 81 Trujicon 82 Tru-Spec 83 Whelen 84 Winchester 85 Woolrich X Additional Manufacturers: -10- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN • CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: LC- t - C)C-)\CC- . ICAO \_ 7L& \Ug- S AUTHORIZED SIGNATURE: 44 %<— +�� Y� DATE: 342, TITLE OF OFFICER: f A.7 , I ±ALL -11- MIAMI-DADE COUNTY BID SUBMITTAL FORM .: 1088-0/17 Bid Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, o r person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information at the time of bid or proposal submission. ❑ Place a check mark here only if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: . In such event, the proposer shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business* is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities RI the support and increase to the County's tax base. Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ❑ Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. --COUNTY-USER ACCESS PROGRAM-(UAP):-Joint purchase and entity revenue sharing- program For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Bidder participation in the Joint Purchase portion of the UAP is voluntary and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No .^ -12- Revised 1/12/12 MIAM1-DADE COUNTY BID SUBMITTAL FORM BID NO.: 1088-0/17 - Firm Name: L a k-A' S P\C (- _ _: Street Address: _1 e V) Y "U� �� Je \ j_ cp1 `6,,t, 32, 01 Mailing Address (if different): Telephone No.: 7 c— \ - ciao() Fax No.: Ltn c{60) toUs eol\Ce , um Email Address: Prompt Payment Terms: Conditions) Signature: ��(Signature of authorized agent) Bysigning4his document the biddderagrees to all Terms and Conditions of this Solicitation and the resulting Contract" Print Name: ( D A n,(cc-onU Title: gekS 1 0 e'i' FEIN No. /('-°/ /7/.")'/©/O/a— ok days net 30 days (Please see paragraph 1.2 H of General Terms and THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -13- Revised 1/12/12 Smith &Wesson To: Linda Riccobono From: Ian O'Donnell, Smith & Wesson RE: Miami Dade County, FL Bid 1088-0/17 Letter This letter is to certify that Lou's Police Supply is a authorized Law Enforcement reseller for Smith & Wesson Products. Sincerely, Ian O'Donnell Smith & Wesson Law Enforcement Business Manager 413-459-3124 blackberry iodonnell@smith-wesson.com 1178219 Feb1,2012, DP/EW k4sA,(\t\eiv-,, Subject: RE: ATK Lettere From: "McKinnon, Clay" <cmckinnon@targetsyourmarkets.com> Date: Fri, Mar 09, 2012 9:51 am To: "lnda@louspolice.com" <lnda@louspolice.com> Cc: "Andrew Camcho (andrew@louspolice.com}" <andrew@louspolice.com>, Lou Garcia <Iousguns33@hotmail.com> Linda, The only brands that are "ATK" are: Outers, Eagle, Blackhawk and Ram -Line... on the ammo side it is Federal, CCI Speer. Regards, Clay McKinnon Jones & Company voice: 407-474-4086 FAX: 772-221-2266 email: cmckinnonPtargetsyourmarkets.com ATK Security and Sporting 900 Bob Ehten Drive Anoka, MN 55303 Ms Constance Theme, OFFICIAL Fitt COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS DADE COUNTY, FLORIDA The account below is an authorized dealer for ATK products. Lou's Police Distributors, Inc 7815 West 4th Avenue Hialeah, FI 33014 Tel: 305.416.0000 Fax: 305.824.9205 Website: www,louspolice.com Think you, Tim Phillips SE Senior Sales Manager 763-200-0955 tlmothy.phll lips@atk.com BERETTA 7 March 2012 To Whom It May Concern: Lou's Police Distributors is the authorized sole Distributor for Beretta and BenelIi products in the state of Florida. As such, Lou's Police Distributors has sold and provided quotes for our firearm products. Beretta USA is a part of the Beretta Holdings Company which also owns, Benelli, Sako, Tikka, Steiner, and Burris. If you have any questions, please feel free to contact me direct at (240) 320-5476. Sincerely, Robert M. Pantie National Federal and Law Enforcement Sales Manager BERETTA USA CORP. 17601 8erecta Drive, Accokeek, MD 20607 Tel 301.283.2191 Fax 301.283.0189 www.berettausa.com A Tradition of Excellence since 1526 U4LE MIkE's 9200 Cody • Overland Park, KS 66214-3259 Phone (913) 752-3400 • Fax (913) 752-3550 March 7, 2012 Re: Miami -Dade Florida Bid No: 1088-0/17 Miami -Dade County Department of Procurement Management 111 N.W. First Street, Suite 1300 Miami, FL 33128 of OUTDOOR PRODUCTS Dear sir or Madam Lou's Police Distributors is a distributor/dealer for Bushnell Outdoor Products. Bushnell Outdoor Products distributes the following brand's: Bushnell Night Optics USA Uncle Mikes Uncle Mikes Law Enforcement Simmons Tasco Millett Serengeti Bolle Hoppes M-Pro7 Stoney Point Maglula Butler Creek. Please feel free to contact me if you need any further information or have any questions. Sincerely, Randy Huds9 National Sales Manager, Bushnell / Uncle Mikes Law Enforcement 9200 Cody Overland Park, KS 66214 Ph: 636 795 6107 rhudson@bushnell.com WOOLRICHD EST. 1830 March 7, 2012 To Whom It May Concern, Woolrich Inc. hereby acknowledges that Lou's Police Distributors located in Hialeah, Florida, is an authorized distributor to sell, promote and supply Elite Series Tactical products to the law enforcement and military markets in the state of Florida. Should you have any questions regarding this matter, please contact me by telephone at (800) 996- 2299, ext. 2374 or by email at irinder@woolrich.com Pesonal Regards, :C✓ Rinder ice President of Sales Mill Street • P.0, Box 138 • Woolrich, PA 17779 • www,woolrich,eom S Trey Lloyd Sales Representative — Florida 3/7/12 To Whom It May Concern: Lou's Police Supply, physically located at 7815 West 4th Ave. Hialeah, FL 33014, is an authorized dealer / distributor for the following manufacturer clients that I currently and directly represent within the state of Florida: Boyt Harness Co. Casio Watches Columbia River Knife & Tool Lyman Products MagTech Ammunition O.F. Mossberg Original SWAT Footwear Pro -Shot Products Springfield Armory Smith's Abrasives Steyr Arms Surefure TUFF Products Umarex USA Please let me know if I may be of further assistance to you in any way. Many thanks, Trey Lloyd PMB 218__.__.... 127 W. Fairbanks Ave. Winter Park, FL 32789 Ph: (423) 593-3715 Fax: (877) 366-0331 treyllpyci@theeevansgroup.net MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1" Street 17'h Floor, Suite 202 Miami, Florida 33128-1983 BID NO.: 1088-0/17 OPENING: 2:00 P.M. Wednesday March 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price shall be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ct ISD/PM Date Issued: This Bid Submittal Consists of Pages 8 through 13 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) A Bid Deposit in the amount of NA of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of NA of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 680-92,680-22,680-50,680-60 Procurement Contracting Officer ---Constance Thames CPPB FIRM NAME GT Distributors of GA, INC RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -8- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) FIRM NAME: GT Distributors of GA, INC BID NO.: 1088-0/17 Refer to the details in Section 2, Paragraph 2.6 and its sub -paragraphs to verify that the information provided will suffice as proof of meeting and requirements of this solicitation. Reference Requirement Initial as c ted Section 2, Paragraph 2.6, 1 - Provide a current year letter from the Bidder must be a manufacturer or manufacturer, stating that the Bidder is authorized distributor or dealer of a the manufacturer or an authorized manufacturer of law enforcement distributor or dealer of the equipment and supplies listed below. manufacturer. This letter must be on the manufacturer's letterhead and signed with the manufacturer contact person name and phone number. Indicate manufacturer below represented by your company by placing an X in the space provided. Item # Manufacturer Mark X 1 3M 2 5.11 Tactical 3 Action Target 4 Aearo Products 5 American Aluminum Accessories, Inc. 6 American Eagle 7 Armadillo Truck Vault 8 Armor Accessories 9 Armor Forensics 10 Armor Holdings 11 ASP, Inc. 12 ATK 13_ -Bianchi-- 14 Blackhawk Products 15 Blazer Products 16 Brand -Hatch Corporation 17 BreakFree 18 Bushnell \ X 19 CamelBak LLC \X 20 Cardinal Windbreakers 21 CCI Blazer 22 Colt — ' X Item # Manufacturer Mark X 43 FNH USA 44 Fox Lab 45 Garmin 46 Gator Hawk Armor 47 Gemtech X 48 Genesis 49 Glaco 50 Glock X 51 Glove Tech '` 52 Gould & Goodrich X 53 Gradient Lens Corporation 54 Guardian Tactical Systems 55 Hatch Gear 56 Havis Shields 57 Hawkeye 58 Holster Tech 59 .Hoppes bk..: - X 60 Hornady -, ., X 61 Kleebore 62 Kustom 63 Leica 64 Leupold -9- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) FIRM NAME: GT Distributors of GA, INC BID NO.: 1088-0117 Item # Manufacturer Mark X 23 Combined Tactical System 24 Cop Top 25 Criminalists 26 CST Burger Products 27 Dewalt -, 28 Federal Premium 29'NOtis Technology X 30 'Peerless Cuffs X 31 Peerless Mounts 32 Pelican Products X 33 Pepperball Technologies 34 PowerCom 35 Precision Ammunition 36 Proguard X 37 Propper international \ X 38 ProTech 39 Remington 40 Remotec 41 Ripp Restrains, Inc. 42 Safariland Item 65 Manufacturer LRT Ranges 66 Mancom 67 Monadnock Mark X 68 Mullins Extreme Shock 69 Nightforce Optics 70 Oakley 71 Simmunition 72 Smith &Wesson 73 Springfield Armory 74 75 76 Stalker Streamlight Products Stun -Cuff 77 Sudecon 78 Surefire 79 Thorogood 80 Total Metal Jacket 81 Trujicon 82 Tru-Spec 83 Whelen 84 Winchester 85 Woolrich Additional Manufacturers: -10- MIAMI-DADE COUNTY BID NO.: 1088-0/17 SECTION 4 BID SUBMITTAL FOR: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: 0 NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: GT Distributors of GA, INC AUTHORIZED SIGNATURE: TITLE OF OFFICER: Bid & Contract Manager -11- DATE: 3/13/2012 MIAMI-DADE COUNTY BID NO.: 1088-0/17 BID SUBMITTAL FORM Bid Title: LAW ENFORCEMENT EQUIPMENT & SUPPLIES (PRE -QUALIFICATION OF BIDDERS) By signing this Bld Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement In a form satisfactory to the Clerk disclosing the employee's interest or the Interest of his or her Immediate family in the proposed contract and the nature of the Intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of Interest opinion from the Ethics Commission and any corresponding opinion, or any waiver Issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regardtnq this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder Is not a responsible contractor. The Bidder confirms that this Bid Is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and In all respects Is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract Is contingent upon vendor registration. Failure to register as a vendor within the specified time may result In your firm not being considered for award. Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this Information at the time of bid or proposal submission. ❑ Place a check mark here only If bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. in the event that the proposer Is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: . In such event, the proposer shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that It claims under Section 287.135 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any Investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer Is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County In accordance with the Interlace' Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community In a verifiable and measurable way. This may Include, but not be limited to, the retention and expansion of employment opportunities and the support and Increase to the County's tax base. ❑ Place a check mark here only If affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise Is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ❑ Place a check mark here only If affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For -the County's information, -the -bidder is requested to -Indicate, at 'A' and 'B' below, -its general interest In participating -In the Joint Purchase Program of the County User Access Program (UAP) described In Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Bidder participation In the Joint Purchase portion of the UAP Is voluntary, and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest In participating In the Joint Purchase portion of the UAP with respect to other govemmental, quasl-governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes X No B. If awarded this County contract, would you be Interested In participating In the Joint Purchase portion of the UAP with respect 10 other governmental. quasl-governmental or not -for -profit entitles located outside the geographical boundaries of Miami -Dade County? Yes X No - 12 - Revised 1i12112 MIAMI-DADE COUNTY BID SUBMITTAL FORM Firm Name: GT Distributors of GA, INC Street Address: 100 McFarland Ave. Rossville, GA 30741 Mailing Address (if different): PO Box 458 (30741) Telephone No.: 800-241-8950 Fax No.: 800-480-5846 BID NO.: 1088-0/17 Email Address: gasales@gtdist.com FEIN No. 2 /0 -5 / 1 /0 /4 /8 / 7 /6 Prompt Payment Terms: 0 % days net 30 days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) "By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." Print Name: Preston Wheeless Title: Bid & Contract Manager THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. - 13 - Revised 1/12/12 March 12, 2012 To: Purchasing Department Miami -Dade County 111 N. W. 1 Street, 13th Floor Miami, Florida 33128 To whom it may concern; G T Distributors, PO Box 16080, Austin, TX 78761 is a distributor for Hornady Manufacturing products in the state of Florida. %_--- Sincerely Lance Zobel Government Sales Manager Hornady Manufacturing Grand Island, NE 308-382-1390 x268 Rifle - Pistol Bullets • Reload©rs • Ammunition 110RNADY MANUFACTURING COMPANY POST MICR BOX 1848 GRAND ISLAND, NE 88802-1848 USA TELEPHONE: S08.382-1390 • FAX: 308.382-MG1 1.800-338.3220 • Emil; webmnslerkttiorimdy,cbm www.hornady.com Bushnell OUTDOOR PRODUCTS Re: GT Distributors 9200 Cody • Overland Park, KS 66214-3259 Phone (913) 752-3400 • Fax (913) 752-6112 March 13, 2012 This fetter confirms the referenced dealer is currently a distributor for Bushnell Outdoor Products: Brands offered under Bushnell Outdoor Products include: Bushnell Night Optics USA Miliett Simmons Tasco Uncle Mikes Law Enforcement Uncle Mikes Hoppes M-Pro7 Bole Serengeti Butler Creek Stoney Point Final Approach Sincerely, Rang Hudson. National Sales: Manager, Law Enforcement Bushnell Outdoor Products, Uncle Mikes Law Enforcement 300iffrigRoad St. Peters, MO 63370 c: 636 795 6107 f: 913 961 1889 rhuctsoni_€ bushnell.com www, unclemikele. corn Uncla Mikes Low Enforcement, Bushnail; Night Opties USA Milled, "M-Pro7,-Hopper; Boole;"Serengeti, Butler Creek, Simmons, Tasco, Stoney Point Streamllght. Inc. 30 Eaglevllle Road Eagleville. PA 19403-3996 www.streamllght.com i800) 523-7408 Toll -Free (8001220-7007 Fax (aI0i631-0600 (610) 63I.0712 fax ST Renr1L.1G1-fT" March 13, 2012 G T Distributors PO BOX 16080 Austin, TX, 7876.1 To Whom It May Concern: Please be advised that G T Distributors is an authorized distributor for Streamlight, Inc. Sic --ly, Ange'iell attl Inside Sales Manager Streamlight, Inc. ADG%tmk Heroes Trust Streamllght'* Peerless© handcuff Company 95 State Street, Springfield, MA 01103-2059 www.peerless.net • e-mail: info@peerless.net (413) 732-2156 or (800) 732-3705 FAX (413) 734-5467 Setting the Standard Since 1914 March 13, 2012 To Whom It May Concern: I, Christopher Gill, President of Peerless Handcuff Company, certify that we are the manufacturers of handcuffs, , leg irons, waist chains, and other restraints products and accessories for military and law enforcement. We authorize GT Distributors, as dealer, to resell our products throughout the United States. We will give the technical and administrative support necessary to comply with end user's requirements. If you have any questions, please do not hesitate to contact me. Regards Christopher Gill President !landeriljs • leg Irons • 1t/rilst Chains GLOCK, Inc. U.S.A. GLOCK, Inc. P.O.Box 369 Smyrna, Georgia 30081 U.S.A. MIAMI-DADE COUNTY ATTN: Constance Thame, CPPB 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 Re: Authorized Agency Sales Dear Constance Thame, CPPB: PERFECTION Fax. (770) 437-4714 Tel. (770) 432-1202 16-Mar-12 Please be advised that GT Distributors, Inc., located at 2545 Brockton Drive #100, Austin, Texas 78751, is an authorized GLOCK law enforcement Dealer for sales of GLOCK weapon systems, parts and accessories for the States of Texas, Oklahoma, Nebraska, Florida, Georgia, Kansas, and Missouri. Therefore, GT Distributors, Inc. can service the procurement needs for GLOCK products of law enforcement agencies in Florida. GT Distributors, Inc. will handle directly all communications regarding pricing, terms and conditions as well as trade ins, if any, of out of commission firearms towards partial payment of new GLOCK pistols. Sincerely, GLOC Gary FI t''er Vice Pre i erif Carlos A. Guevara General Counsel " ••p <' 'x F Jij4yfi�yt i'a a. T. 709 Ezst St<<•et 1.:It'rigtc . North Car,- -.r.. 27 6 Uif 800..77.o7ia !a. flu 910.893.4ga lax gouldusaoS!ou;dusa.com 4JWW.G0UIC JSA.CC'n March 13, 2012 To Whom It May Concern; This letter is to confirm that GT Distributors is a current and authorized distributor of Gould & Goodrich Products. Should you have any additional questions please feel free to contact me directly. Best Regards, f Tina Parker Customer Service Representative Progard PRODUCTS LLC, Law Enfirvemern Products March 13, 2012 To Whom 11 May Concern: G.T. Distributors in Austin, Texas and all of their employees are approved distributors and installers of Pro-gard Products U.,C. If you have any questions please contact me at. extension 205. Thank you, "a e Dam e Assistant Controller 800-480.6680 7988 Centerpotnt Drive, Suite 400 Indianapolis, IN 48256 p 800.480.6680 317.579.6680 f 317.579.8681 pro•gard,coni MIAMI - DADE CONTRACT NO. 1088-0/17 Law Enforcement Equipment and Supplies - Pre -Qualification of Bidders ROADM.AP Contract Overview: This contract established for the pre -qualification of a pool of vendors to participation in future spot market competitions for Law Enforcement Equipment and Supplies. Contract Term: August 1, 2012 thru September 30, 2022 COMMODITY CODE: 680-00, 680-11, 680-22, 680-50, 680-60, 680-77, 680-92 ADDENDUM LOG i ADD Date issued Event AGENT NO. J. 4, -4, J. 100 04/26/19 SRT Supply isa a dealer of Ray-Vin products. F. Taylor 99 04/26/19 Lous Police Distributors, Inc is authorized dealer of Kab Defense products. F. Taylor 98 04/10/19 SRT Supply is a an authorized dealer of G-Code products. F. Taylor 97 04/10/19 Safeware, Inc. is an authorized distributor of Gatorz Eye ware products. F. Taylor 96 04/10/19 GT Distributors is an authorized dealer of Vortex. F. Taylor 95 04/01/19 Atlantic Signal, LLC is an authorized dealer of Team Wendy products. F. Taylor 94 03/20/19 Safeware, Inc. is an authorized distributor of North American Rescue products. F. Taylor 93 03/20/19 Safeware, Inc. is an authorized distributor of Tingley Rubber Corporations protective products. F. Taylor 92 03/20/19 Safeware, Inc. is an authorized distributor of BCM, Inc. double tap breaching line of tools. F. Taylor 91 03/20/19 SRT Supply LLC, suffix change from 01 to 02. F. Taylor 90 03/04/19 Lou's Police Distributors, Inc. is an authorized Distributor of North American Rescue, LLC products. F. Taylor 89 03/04/19 Municipal Equipment Company is an authorized distributor of Kappler products and services. F. Taylor 88 03/04/19 Municipal Equipment Company is an authorized dealer of Petzel America. F. Taylor 87 03/04/19 Safeware is an authorized distributor of Agilite Ergonomics Ltd. tactical products. F. Taylor 86 02/22/19 Vendor suffix change from 01 to 02 Federal Eastern International Inc. F. Taylor 85 02/21/19 C6 Tatical Corp was added by Contracting Officer R. Webb and inadvertently left off the roadmap on 07/5/18. F. Taylor Page 1 of 7 — — DAD Lita BID NO.: 1088 0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders ADD Date issued Event AGENT NO. .1, 1' -40 y 84 02/21/19 Safeware Inc. is an authorized dealer of CMC Rescue products. F. Taylor 83 02/21/19 Safeware Inc. is an authorized dealer of Rock-N-Rescue products. F. Taylor 82 02/21/19 Safeware Inc. is an authorized dealer of Kappler products. F. Taylor 81 02/21/19 Safeware Inc. is an authorized dealer of High Speed Gear and COMP-TAC products. F. Taylor 80 02/21/19 Safeware Inc. is an authorized dealer of Draeger, Inc. products. F. Taylor 79 02/21/19 Safeware Inc. is an authorized dealer of Infante Ultrasonic Cleaning Systems products. F. Taylor 78 2/07/19 Atlantic Signal, LLC provided its manufacture letter on company letterhead as the manufacture and distributor of its products. F. Taylor 77 2/07/19 Lou's Police Distributor, Inc is an authorize dealer of Continuous Precision, LLC. F. Taylor 76 2/07/19 SRT Supply is an authorized dealer of PACEM-Defense LLS. F. Taylor 75 2/07/19 SRT Supply is an authorized dealer of Condor Outdoor Products, Inc. F. Taylor 74 2/07/19 Safeware Inc. is an authorized dealer of Condor Outdoor Products, Inc. F. Taylor 73 2/07/19 Rapiscan Systems, Inc. has met the qualification requirements and has been added to the contract. Rapiscan is the manufacture of its own products. F. Taylor 72 1/24/18 Safeware Inc. is an authorized dealer of Bossk USA, dba Bigblue Dive Lights. F. Taylor 71 1/24/18 Safeware Inc. is an authorized dealer of Yates Gear, Inc. F. Taylor 70 1/24/18 Safeware Inc. is an authorized dealer of Diversco Supply USA, Inc. F. Taylor 69 1/24/18 GT Distributors is an authorized approved dealer of High Speed Gear F. Taylor 68 1/10/18 Safeware, Inc. is an authorized dealer of RJE International, Inc. F. Taylor 67 1/10/18 Safeware, Inc. is an authorized distributor of Tactical Night Vision Company, Inc. F. Taylor 66 12/20/18 Lou's Police Distributors is an authorized reseller of Daniel Defense products. F. Taylor 65 12/20/18 Lou's Police Distributors is an authorized distributor of Tactical Night Vision Company, Inc. F. Taylor 64 12/18/18 SRT is an authorized dealer of High Speed Gear and COMP-TAC products. F. Taylor 63 12/18/18 Rescue Operations International Group is an authorized distributor of Atlantic Signal. F. Taylor 62 12/18/18 Municipal Equipment Company, LLC has been added to the pool of qualified vendors. They are an authorized dealer of Special Project Operations. F. Taylor 61 12/14/18 Federal Eastern International, LLC is a authorized dealer of FirstSpear. F. Taylor Revised 3/04/2019 MIAMI - D:ADE— BID-NO.: 1088-0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders ADD Date issued Event AGENT NO. 4, 4/ -4' 4, 60 12/03/18 Safeware, Inc. is authorized to re -sell products of Sericore products. F. Taylor 59 12/03/18 Safeware, Inc. is authorized to distributor of Tactical Electronics. F. Taylor 58 12/03/18 Safeware, Inc. is authorized to re -sell products of Kiwi Breaching Products. F. Taylor 57 12/03/18 GT Distributors is the Premier Dealer in Florida for Ultimate Training Munitions, Inc (UTM). F. Taylor 56 11/20/18 Safeware Inc. is an authorized dealer for DJI Enterprise products. F. Taylor 55 11/19/18 SRT Supply is an authorized distributor of 3M products. F. Taylor 54 11/19/18 Lawmen's & Shooters Supply, Inc. is an authorized distributor of 3M products. F. Taylor 53 11/13/18 Saferware, Inc. is an authorized distributor of Blauer's Homeland Defender line F. Taylor 52 11/13/18 Add of vendor Ambitec, Inc, authorized distributor of Garret Electronics, Inc., Hesco Armor, Inc., Petzl, and Revision Military F. Taylor 51 11/01/18 Add of vendor American Science & Engineering Inc. American Science & Engineering is the manufacture of their own brand. F. Taylor 50 10/2/18 Add IWI to manufactures represented by SRT Supply Inc. F. Tayor 49 8/14/18 Add Kiwi Breaching Products to manufacturers represented by SRT Supply Inc. R.Webb 48 6/28/18 Add Brownells to manufacturers represented by GT Distributors R. Webb 47 6/27/18 Add AMMO -UP to manufacturers represented by SRT Supply Inc. R. Webb 46 6/6/18 Add Competition Electronics to manufacturers represented by SRT Supply Inc. R. Webb 45 5/14/18 Add Aimpoint Inc. to the manufacturers represented by Florida Bullet, Gulf State Distributors, Lawmen's & Shooter's Supply, and Safeware R.Webb 44 5/8/18 NPEE LLC is an authorized dealer for Thunder Beast Arms Corporation (TBAC) R.Webb 43 1/2/18 NPEE L.0 is the Sole Source Vendor for the IROC-S Suppressor manufactured by IROC Tactical LLC R. Webb 42 11/16/17 Rescue Operations is an authorized distributor for Blue Force products R. Webb 41 08/07/17 Add vendor Rescue Operations- is an authorized distributor for products by 3M, 5.11 Tactical, Avon Protection, Systems, Inc. F. Taylor 40 08/07/17 Add vendor Bob Barker Company- is an authorized distributor for products by BlackHawk Products, Bushnell, Gator Hawk Armor, Peerless Cuffs, Propper International, Streamlight Products, Thorogood, Tru-Spec, ALS AMTEC- Less Lethal Systems Inc F. Taylor 39 02/23/17 Add Prima Vista International- is an authorized distributor for prModucts by Fairlead, L-3 Warrior Systems, Tactical Revolution, LLC, Night Vision Depot F.Taylor 38 02/23/17 Add SRT Supply- is an authorized distributor for products Cejay Engineering, LLC and FLIR/Armasigt products F.Taylor Revised 3/04/2019 B I D_ NO.: 1088-0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders ADD Date issued Event AGENT NO. J. 4, -4, 4, 37 02/02/17 Add SRT Supply- is an authorized distributor for products Streamlight and Midwest products F.Taylor 36 01/06/17 Add NPEE LC- is the manufacture and distributor of all National Police Ammunition and its products. F.Taylor 35 12/22/16 Add SRT Supply- is an authorized distributor for products by S&S Precision F.Taylor 34 11/01/16 GT Distributors- is one of the Distributors authorized to respond to tender request for Safairiland and Bianchi duty gear, both whole -owned brands of Safariland F.Taylor 33 09/07/16 Add SRT Supply- is an authorized distributor for products by Lancer Systems, LP F. Taylor 32 08/08/16 Add Atlantic Signal- is an authorized distributor for products by 3M F. Taylor 31 07/29/16 Lou's Police Distributors, Inc is an authorized distributor for products by Warrant Tactical Series Inc. F. Taylor 30 07/12/16 GT Distributors is an authorized distributor for products by Viking Tactics. F. Taylor 29 07/12/16 Lou's Police Distributors, Inc is an authorized distributor for products by Viking Tactics. F. Taylor 28 07/12/16 SRT Supply is an authorized distributor for products by Viking Tactics. F. Taylor 27 06/22/16 SRT Supply is an authorized distributor for products by MGM Manufacturer. F. Taylor 26 04/06/16 SRT Supply is an authorized distributor for products by MGM Manufacturer. F. Taylor 25 04/06/16 Lou's Police Distributors, Inc is an authorized distributor for products by 707 Tactical Gear Inc./Sixka F. Taylor 24 12/09/16 Add ATS Armor- Sole Source manufacture for specified armor plates using EDMA manufacturing and Quad Curve design. F. Taylor 23 12/3/15 Lou's Police Distributors is authorized distributor for products by Drago Gear DGG Taser is an authorized distributor for products by UTM F. Taylor 22 5/27/15 Add Lou's Police Distrbutors: ATN (American Technologies Network) F. Taylor 21 3/12/15 Add Lou's Police Distributors: 3M; LMT, Leupold. DGG Taser & Tactical: Daniel Defense C. Burgos 20 2/24/15 Add Lou's Police Distributors: Camelbak Maximum Gear & Colt Manufacturing, LLC; SRT: Niel -Kellerman Co; DGG: Daniel Defense C. Thame 19 2/5/15 Add Lou's Police Distributors, Inc. —Troy Products, Midwest Industries, Inc. C. Thame 18 9/26/14 Add Federal Eastern International, Inc. — Manufacturer Balleville Boot Company, Bushido Tactical, Point Enterprises, Smith Optics and Smith and Warren. C. Thame 17 9/17/14 Add Taser International, Inc. Manufacturer Taser and Axon® C. Thame Revised 3/04/2019 MIAVII • DADE BID NO.: 1088-0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders ADD Date issued Event AGENT NO. 4, ‘I, -4, 4, 16 7/23/14 Lous Police Distributors —Add Manufacturer L3 Warriors System and Rings Manufacturing. Add DGG Tactical Supply, Inc. — Manufacturer L3 Communications Corp. Bladetech Industries, CoolCop and Cool9 Products, Daniel Defense, Inc. NEBO Tools, Peerless, Rings Manufacturing, Safariland —Second Chance, Break Free, Body Armor ABA Body Armor, Tactical Command Industries, Defense Technology, Smith and Warren Z- Medica and Quiplite, Inc. C. Thame 15 4/31/14 SRT Supply, Inc —Add manufacturer L3 Warrior System. C. Thame 14 4/22/14 Add Seaport department to contract. C. Thame 13 3/11/14 Add Kustom Signals, Inc. — Manufacturer Kustom Signals to the list of Pre- qualified of bidders. C. Thame 12 12/12/13 Louis Police Distributors —Add Manufacturer Surefire. C. Thame 11 7/23/13 Add Commodity Code 680-77 to the list of pre -qualified bidders. C. Thame 10 7/22/13 Add Applied Concepts, Inc. Manufacturer for Stalker Radar to the list of pre- qualified bidders. C. Thame 9 5/5/13 Add Center Mass — Manufacturer CAPS — (Canadian Academy of Practical Shooting, Inc.) to the list of pre -qualified bidders. C. Thame 8 4/18/13 Safeware, Inc. Add Manufacturer REA Systems, Avon ISI Production, Atlantic Signal, LLC, L.C.O.A. Composites, Inc. Lion, Lion, Occupational Health Dynamics (OHD) and Pelican to the list of pre -qualified bidders. This company acquired Dawson Associates on 4/17/13. C. Thame 7 4/16/13 Lous Police Distributors, Inc. — Add Manufacturer Garnett Metal Detectors to the list of pre -qualified bidders. SRT Supply, Inc. — Add Manufacturer CAPS (Canadian Academy of Practical Shooting, Inc.) to the list of pre -qualified bidders. C. Thame 6 3/27/13 Lous Police Distributors, Inc. — Add Manufacturer TangoDown to the list of pre- qualified bidders. C. Thame 5 3/20/13 SRT Supply, Inc. —Add Manufacturer Point Blank Enterprises, Inc. to the list of pre -qualified bidders. C. Thame 4 3/7/13 SRT Supply, Inc. —Add Manufacturer United States Shield International to the list of pre -qualified bidders. C. Thame 3 10/1/12 Add Dawson Associates, Inc. Manufacturer Rea System, Avon ISI Production, Atlantic Signals, LLC, L.C.O.A. Composites, Inc. Lion, Occupational Health Dynamics (OHD) and Pelican - This company was acquired by Safeware, Inc. on 4/17/13. Clearwater Packaging, Inc. — Manufacturer Clearwater Packaging, Inc, dba CPI Guardian to the list of pre -qualified bidders. C. Thame 2 9//7/12 Add Omni Distribution, Inc. to the list of pre -qualified bidders C. Thame 1 8/1/12 SRT Supply, Inc. —Add Manufacturer Condor Outdoor Products, Inc. to the list of pre -qualified bidders. C. Thame Revised 3/04/2019 MIAMI • DADE- BID -NO.: -1088-0/1-7 .=417 BID TITLE: Law Enforcement Equipment and Supplies Pre -Qualification of Bidders PART#1: PRE -QUALIFIED VENDOR(S) I The prequalification was made to all responsive, responsible vendors who met the minimum qualifications set forth in the solicitation. The below list show the pre -qualified vendors by Manufacturers. The County may elect at any time to add or modify items, depending on the needs of each User Department. Vendor FEIN/Suffix Contact Name Phone Number Fax Number E-mail Address American Science & Engineering Inc. 042240991 01 Lisa Zeytoonian 978-262-8851 978-262-0526 Izeytoonian@as-e.com Ambitec, Inc. 81418383881 01 Lora Disi 305-396-1644 ext: 105 Not Provided govsales@ambitecinc.c om Applied Concepts, Inc. 751544925 01 William Fagan 972-398-3780 972-398-3781 sales@stalkerradar.co m Atlantic Signal 753094626 01 Randell Hedrick 800-850-8512 785-408-5897 Randallhedrick@atlanti csingal.com ATS Armor, LLC 472741572 01 Stacie Sundberg 602-344-9337 602-344-9443 ssundberg@atsarmor.c om 911 Store, Inc. 510497644 01 Walter Philbrick 954-922-9258 954-922-7009 FL911store@aol.com Bob Barker Company 561558062 01 Betsy Copeland 919-753-1654 800-322-7537 betsycopeland@bobba rker.com C6 Tactical d/b/a 5.11 Tactical 471600322 01 Andrew Camacho 786-485-4589 Not Provided Andrew@511miami.co rn Clearwater Packaging Inc./dba CPI Guardian 592292691 01 Jon Hoover 727-442-2596 727-447-3587 cory@cpiguardian.com Criminalistics, Inc. 591271597 01 Janet Worsham 305-885-6444 305-885-3330 jan@criminalisticsinc.c om Center Mass, Inc. 383319489 01 Charles Kubinski 734-425-2195 734-425-2216 ckubinski@centermassi nc.com Dawson Associates, Inc. Was acquired by Safeware, Inc. on 4/17/13 581348469 01 Carrie A. Moore 800-282-4782 720-822-5873 a.bragg@dawsonassoc. com Dana Safety Supply 271557226 02 Mark Sevigny 305-639-6055 305-639-6056 msevigny@ldss.com Revised 3/04/2019 r'v?• rj4U BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders Vendor FEIN/Suffix Contact Name Phone Number Fax Number E-mail Address DGG Taser, Inc. 593628391 01 Gary Meares 866-626-8273 904-777-4802 garyteam@dgg.com - Emergency Vehicle Supply 201763135 01- Robert Windeshum 954-428-5201 954-428-5202 sales@1evs.com Federal Eastern International Inc. 27177457002 Sarah E. Hayes 727-827-2997 727-954-8804 shayes@fedeastintl.co m Florida Bullet, Inc. 592341725 01 Torn Falone, IV 727-461-6081 727-441-4477 Gov@floridabullet.net Fox Labs International, Inc. 383364989 01 Edward L. Ferguson 586-788-5142 586-783-5151 president@foxlabs.co rn G. L. Distributors, Inc. 650716987 01 Mark Altman 954-441-1473 954-441-1474 mark@gldistributors.co m G.T. Distributors of Georgia, Inc. 20510487801 Preston Wheeless 800-241-8950 800-480-5846 glasales@gtdist.com Gulf States Distributors 630803127 01 Conrad Naftel 334-271-2010 334-279-9267 sales@gulfstatesdist.co rn Municipal Equipment Company, LLC 593624496 01 Joe Fox 800-228-8448 877-775-2448 loefox@mecofire.com NPLEE LC 270335137 01 Erik Agazim 888-316-3718 888-316-3718 erik@npee.org Law Enforcement Supply 592656271 01 Lisa Delcamp 800-637-6307 Ext:5201 813-326-4019 lisad@lawsupply.com Lawmen's Shooters Supply Inc. 592223132 01 Gail Walker-Keer 800-562-5697 772-569-2955 bids@lawmens.net Lou's Police Distributors Inc 260472002 01 Linda Riccobono 305-416-6000 305-824-9205 lnda@louspolice.com Kustom Signals, Inc 431757730 -01 Tony Campos 800-458-7866 913-492-1703 info@kustomsignals.co m Prima Vista International, Inc 650872376-01 Sean Rosario 954-428-3123 954-428-3134 srosario@primavista.us Revised 3/04/2019 MIAM .. 1088-0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders Vendor FEIN/Suffix Contact Name Phone Number Fax Number E-mail Address Rapiscan Systems, Inc. 954413488-02 Lakisha Byrd 571-227-6794 571-227-6816 Ibvrd@rapiscansystems .com Rescue Operations International Group, LLC 271111093-01 Michelle Soto 561-613-9833 561-218-4140 info@rescueoperations .com SRT Supplies, Inc. 593281291 02 Richard Haddad 727-526-5451 727-527-693 rhaddad@ssrtsupply. com Safeware, Inc. Acquired Dawson Assoc. on 4/17/13 521152883 -01 Edward Simons 800-282-4782 770-822-5873 info@safeware,inc. com Taser International, Inc. 860741227 01 Mandy Duffy 800-978-2737 480-991-0791 contracts@taser.com W.W. Grainger, Inc. 361150280 01 George Joseph 305-594-3036 305-592-5611 gov480@grainger.com Revised 3/04/2019 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders PART #2: DEFINITIONS i This is for the purchase and delivery of Law Enforcement Equipment and Supplies (Law Enforcement and Equipment, Tear Gas, Guns, ammunition, Bomb protection devices and supplies, gun, stun (non -lethal), handcuffs and leg irons, radar instruments, traffic enforcement and audio visual equipment and supplies). PART #3: INSTRUCTIONS FOR EACH SOLICITATION This contract requires each acquisition to go through a competitive, spot market Request for Quote (RFQ), prior to the award of a Work Order (WO). Departments are to utilize the above vendor contact information for the issuance of all RFQ's. These contacts listed above are authorized to respond to all County requests and are to be included in each RFQ issued against the contract. Failure to utilize the above contacts for the vendors listed, may result in cancellation or rejection of a RFQ solicitation. It is highly recommended that the RFQ's be issued via e-mail for tracking and reporting purposes. METHOD OF AWARD RFQ's may be awarded to the vendors with the lowest price in the aggregate, on a per -item basis. USER DEPARTMENT RESPONSIBILITY It is the responsibility of the user Department to ensure compliance with the above -mentioned procedures. Purchase under this contract will be subject to random review or audit by County authorities, including the Procurement Management Services Division, Audit and Management, and the Office of the Inspector General. RECORD RETENTION For each purchase order issued under this contract, the user department shall maintain a record of the purchase including: market research performed, all quotes sought, all quotes obtained, required exception forms, and any other documentation supporting each purchase to ensure compliance and to establish the necessary accountability for audit. The record shall be maintained by the user department in a location (either electronic or paper) easily accessible for review or audit in accordance with the County Records Retention regulations. PART #4: APPLICABLE ORDINANCES I Each Solicitation shall be consistent with the Master Procurement Implementing Order (1.0.) No.3-38. The Local Preference, Locally Headquartered Business, Cone of Silence, UAP & Inspector General Ordinances shall be applicable to each solicitation issued under this contract. Local Preference Consideration The evaluation of competitive solicitations is subject to Section 2-8.5 of the Miami -Dade County Code, which, except where contrary to federal or state law, or any other funding source requirements, provides that preference be given to local businesses. A local business, for the purposes of this Section, shall be defined as a Proposer which meets all of the following: Revised 3/04/2019 MIAMI BID NO.: 1088 0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders 1. A business that has a valid occupational license, issued by Miami -Dade County at least one year prior to bid or proposal submission, that is appropriate for the goods and services. 2. A business that has a physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business (Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address.); and 3. A business that contributes to the economic development and well-being of Miami -Dade County in a verifiable and measurable way. This may include but not be limited to the retention and expansion of employment opportunities and the support and increase in the County's tax base. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the proposal submission date stated in the solicitation: a. The Vendor has at least ten (10) permanent full time employees, or part time employees equivalent to 10 FTE ("Full Time Equivalent" employees working 40 hours per week) that live in Miami -Dade County, or at least 25% of its employees that live in Miami -Dade County, or b. The Vendor contributes to the County's tax base by paying either real property taxes or tangible personal property taxes to Miami -Dade County, or c. Some other verifiable and measurable contribution to the economic development and well-being of Miami -Dade County. Additionally, a Locally -Headquartered Business shall mean a Local Business as defined above which a "principal place of business" has in Miami -Dade County. "Principal place of business" means the nerve center or the center of overall direction, control, and coordination of activities of the bidder. If the bidder has only one business location, such business location shall be its principal place of business. In the case of Requests for Quotes (RFQ's) which are based on price, the following shall apply: Local Preference: If a low bidder is not a local business and a local business submits a bid within 10% of the non - local low bidder, the non -local low bidder and all local businesses within 10% of the non -local low bidder; shall have the opportunity of submitting a best and final offer. The offer shall be equal to or lower than the low bid. The following vendors shall receive Local Preference: 1. 911 Store, Inc. 5. G.L. Distributors, Inc. 2. Criminalistics, Inc. 6. Lous Police Distributors 3. Dana Safety Supply 7. Federal Eastern International 4. Emergency Vehicle Locally Headquartered Businesses: If a low bidder is not a local business and a locally headquartered business submits a bid within 15% of the non -local low bidder, the non -local low bidder and all locally headquartered business within 15% of the non -local low bidder shall have the opportunity of submitting a best and final offer. The offer shall be equal to or lower than the low bid. If a low bidder is a local business and a locally headquartered business submits a bid within 5% of the local, the local low bidder and all locally headquartered business within 5% of the local low bidder shall have the opportunity of submitting a best and final offer. The offer shall be equal to or lower than the low bid. Interlocal Agreement At this time, there is an interlocal agreement in effect between Miami -Dade and Broward Counties until September 30, 2015. Therefore, a vendor which meets the requirements of (1), (2), and (3) above for Broward County shall be considered a local business pursuant to this Section. Revised 3/04/2019 MIAMI • BID NO.: 1088-0/17 BID TITLE: Law Enforcement Equipment and Supplies — Pre -Qualification of Bidders Small Business Contract Measures A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% bid preference shall apply to contracts $1 million or Tess and 5% on contracts greater than 1$ million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/sbd. The SBE/Micro Business Enterprise must be certified for the commodity listed above by bid submission deadline, at contract award for the duration of the contract to remain eligible for the preference. Revised 3/04/2019