Skip to main content
File #: 26-2243    Version: 1 Name: Purchase of Body Armor for the Police Department
Type: Purchase Status: Passed
File created: 1/8/2026 In control: City Commission
On agenda: 2/18/2026 Final action: 2/18/2026
Title: MOTION TO APPROVE THE PURCHASE BODY ARMOR FOR THE POLICE DEPARTMENT FROM FEDERAL EASTERN INTERNATIONAL, LLC., FOR A TOTAL AMOUNT NOT TO EXCEED $112,286, UTILIZING THE STATE OF FLORIDA ALTERNATE CONTRACT SOURCE # 46151500-NASPO-25-ACS, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY'S CODE OF ORDINANCES.
Sponsors: Police
Attachments: 1. 1. Alternate Contract Source (ACS) No. 46151500-NASPO-25-ACS, 2. 2. Point Blank NASPO Master Agreement, 3. 3. Price Sheet, 4. 4. Authorized Resellers, 5. 5. Federal Eastern International Quotes, 6. 6. Galls Inc. Quotes

Title

MOTION TO APPROVE THE PURCHASE BODY ARMOR FOR THE POLICE DEPARTMENT FROM FEDERAL EASTERN INTERNATIONAL, LLC., FOR A TOTAL AMOUNT NOT TO EXCEED $112,286, UTILIZING THE STATE OF FLORIDA ALTERNATE CONTRACT SOURCE # 46151500-NASPO-25-ACS, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY'S CODE OF ORDINANCES.

 

Summary Explanation and Background

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

- Section 35.18(C) states, "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"

 

- Section 35.18(C)(5) states that commodities or services that are the subject of contracts with the state its political subdivisions or other governmental entities including the United States Government, are exempt from the competitive procurement process.

 

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.”

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $100,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

 

1.  The City of Pembroke Pines' Police Department is requesting approval to purchase body armor vests, Omega Rifle Plates, and crossover vests.

 

The body armor vest is worn by Police who may encounter high-risk situations during their daily duties. The body armor significantly increases their safety. The Omega Rifle Plate is designed to be worn in the pocket of body armor vests and provides lightweight armor protection, while the Maverick Outer Vest Carrier is required to be compliant with the agency’s mandated uniform policy.

 

2.  The State of Colorado, Department of Personnel & Administration, in conjunction with National Association of State Procurement Officials Cooperative Purchasing Program (NASPO ValuePoint), issued Request for Proposal # RFP-SPCO-AR-25-03 for "Body Armor and Ballistic Resistant Products" resulting in Master Agreement # 198468 with Point Blank Enterprises, Inc., which expires on April 30, 2027.

 

3.  The State of Florida entered into a Participating Addendum to the NASPO ValuePoint Cooperative Procurement Program Master Agreement # 198468, Administered by the State of Colorado.  As a result, the State of Florida utilizes Alternate Contract Source (ACS) # 46151500-NASPO-25-ACS for the purchase of body armor and ballistic-resistant products for State of Florida Agencies and other eligible users utilizing the pricing and options via NASPO ValuePoint Master Agreement # 198468.

 

4.  The City of Pembroke Pines is an eligible user of the State of Florida Alternate Contract Source (ACS) # 46151500-NASPO-25-ACS.  As defined by Florida Administrative Code Rule 60A-1.001, eligible user means "Political subdivisions, including counties, cities, towns, villages and districts, as described be Section 1.01(8), F.S., and instrumentalities thereof."

 

5.  The NASPO ValuePoint Master Agreement # 198468 has a minimum discount pricing structure which includes a minimum discount of 44% for the requested Rifle Plate and 46% for the other requested items:

 

Item

Description

Rifle Plate

Point Blank Omega ICW, 8x10 Special Threat Shooter's Cut (PLT019ECSN)

Concealable Vest w/ Carrier

Point Blank HILITE AXBIIIA w/ 1-Carrier 4" Strap Pkg. (HL6ABDBV0M)

Crossover Vest

Point Blank Maverick with KWIQ-Clip Release (O3MM00010J)

 

6.  The Procurement Department emailed a quote request to the three (3) vendors listed as authorized resellers for Point Blank Enterprises, Inc. on the State of Florida Alternate Contract Source # 46151500-NASPO-25-ACS, listed below in alphabetical order:

 

  - Federal Eastern International (FEI)

  - Galls, LLC

  - SRT Supply (SRT)

 

SRT Supply did not submit a quote.

 

7.  The quote request consisted of the following:

 

A) Sworn or Civilian - Total Body Armor Package

 

Item

Description

Qty

HL6ABDBV0M

Point Blank HILITE AXBIIIA w/ 1-Carrier 4" Strap Pkg.

30

O3MM00010J

Point Blank Maverick with KWIQ-Clip Release

30

PLT019ECSN

Point Blank Omega ICW, 8x10 Special Threat Shooter's Cut

30

 

B) Sworn or Civilian - Soft Armor Replacement Package

 

Item

Description

Qty

HL6ABDBV0M

Point Blank HILITE AXBIIIA w/ 1-Carrier 4" Strap Pkg.

45

O3MM00010J

Point Blank Maverick with KWIQ-Clip Release

45

 

C) Sworn or Civilian - OVC Replacement Package

 

Item

Description

Qty

O3MM00010J

Point Blank Maverick with KWIQ-Clip Release

25

 

D) Rifle Plate

 

Item

Description

Qty

PLT019ECSN

Point Blank Omega ICW, 8x10 Special Threat Shooter's Cut

4

 

8.  The request above amount to the following summarized total:

 

Item

Description

Qty

HL6ABDBV0M

Point Blank HILITE AXBIIIA w/ 1-Carrier 4" Strap Pkg.

75

O3MM00010J

Point Blank Maverick with KWIQ-Clip Release

100

PLT019ECSN

Point Blank Omega ICW, 8x10 Special Threat Shooter's Cut

34

 

9.  The Procurement Department received the following quotes:

 

FEI

 

 

 

 

 

 

 

Qty

Description

FEI Unit Price

FEI Total

30

Vest Package A (Includes Vests with Carrier & Plate)

$1,590.00

$47,700.00

45

Vest Package B (Includes Vests with Carrier)

$1,224.00

$55,080.00

4

Rifle Plate

$365.00

$1,460.00

25

Crossover Vest

$321.84

$8,046.00

 

Total

 

$112,286.00

 

 

 

 

Galls

 

 

 

 

 

 

 

Qty

Description

Galls Unit Price

Galls Total

34

Rifle Plate

$460.00

$15,640.00

75

Concealable Vest w/ Carrier

$1,067.63

$80,072.25

100

Crossover Vest

$305.18

$30,518.00

 

Total

 

$126,230.25

 

10.  Galls, LLC provided itemized pricing, while FEI submitted bundled pricing for the same items. The FEI bundles include crossover vests and body armor vests. Additionally, the vest package of 30 includes rifle plates. Based on these inclusions, the total requested quantities are as follows:

 

Rifle Plate

34

Concealable Vest w/ Carrier

75

Crossover Vest

100

 

11.  Request City Commission to approve the purchase of body armor for the Police Department from Federal Eastern International, LLC., for a total amount not to exceed $112,286 utilizing the State of Florida Alternate Contract Source # 46151500-NASPO-25-ACS, pursuant to Section 35.18(C)(5) of the City's Code of Ordinances.

 

Financial Impact

 

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: $112,286

b)   Amount budgeted for this item in Account No: Funds are budgeted in account # 001-521-3001-552600-0000-000-0000 (Clothing / Uniform)

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   5 year projection of the operational cost of the project Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable.

 

FEASIBILITY REVIEW:

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service?  Not Applicable.

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.