Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department...

21
Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES GENERAL SERVICES DIVISION OFFICE OF PROCUREMENT SERVICES 4200 SURFACE ROAD, COLUMBUS, OH 43228-1395 MANDATORY USE CONTRACT FOR: FIREARMS, AMMUNITION, LESS LETHAL MUNITIONS AND RELATED LAW ENFORCEMENT MATERIALS AND SUPPLIES CONTRACT No.: RS900319 EFFECTIVE DATES: 04/01/19 to 03/31/22 The Department of Administrative Services has accepted bids submitted in response to Invitation to Bid No. RS900319 that opened on 02/15/19. The evaluation of the bid response(s) has been completed. The bidder(s) listed herein have been determined to be the lowest responsive and responsible bidder(s) and have been awarded a contract for the items(s) listed. The respective bid response, including the Instructions to Bidders and Standard Terms and Conditions, special contract terms & conditions, any bid addenda, specifications, pricing schedules and any attachments incorporated by reference and accepted by DAS become a part of this Requirements Contract. This Requirements Contract is effective beginning and ending on the dates noted above unless, prior to the expiration date, the Contract is renewed, terminated or cancelled in accordance with the Contract Terms and Conditions. CONTRACT RENEWAL. This Contract may be renewed after the ending date of the Contract solely at the discretion of the Contracting Agency for a period of one month. Any further renewals will be by mutual agreement between the Contractor an d the Contracting Agency for any number of times and for any period of time. The cumulative time of all mutual renewals may not exceed thirty-six (36) months unless the Contracting Agency determines that additional renewal is necessary. This Requirements Contract is available to all State Agencies, State institutions of higher education and properly registered members of the Cooperative Purchasing Program of the Department of Administrative Services, as applicable. Agencies are eligible to make purchases of the listed supplies and/or services in any amount and at any time as determined by the agency. The State makes no representation or guarantee that agencies will purchase the volume of supplies and/or services as advertised in the Invitation to Bid. SPECIAL NOTE: State agencies may make purchases under this Requirements Contract up to $2500.00 using the State of Ohio payment card. Any purchase that exceeds $2500.00 will be made using the official State of Ohio purchase order (ADM- 0523). Any non-state agency, institution of higher education or Cooperative Purchasing member will use forms applicable to their respective agency. This Requirements Contract and any Amendments thereto are available from the DAS Web site at the following address: http://www.ohio.gov/procure * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19. Signed: __________________________________________________________ Matthew M. Damschroder, Director Date

Transcript of Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department...

Page 1: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 1

STATE OF OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES

GENERAL SERVICES DIVISION OFFICE OF PROCUREMENT SERVICES

4200 SURFACE ROAD, COLUMBUS, OH 43228-1395

MANDATORY USE CONTRACT FOR: FIREARMS, AMMUNITION, LESS LETHAL MUNITIONS AND RELATED LAW ENFORCEMENT MATERIALS AND SUPPLIES

CONTRACT No.: RS900319 EFFECTIVE DATES: 04/01/19 to 03/31/22 The Department of Administrative Services has accepted bids submitted in response to Invitation to Bid No. RS900319 that opened on 02/15/19. The evaluation of the bid response(s) has been completed. The bidder(s) listed herein have been determined to be the lowest responsive and responsible bidder(s) and have been awarded a contract for the i tems (s ) l i s ted . The respective bid response, including the Instructions to Bidders and Standard Terms and Conditions, special contract terms & conditions, any bid addenda, specifications, pricing schedules and any attachments incorporated by reference and accepted by DAS become a part of this Requirements Contract. This Requirements Contract is effective beginning and ending on the dates noted above unless, prior to the exp i rati on d ate, the Contract is renewed, terminated or cancelled in accordance with the Contract Terms and Conditions. CONTRACT RENEWAL. This Contract may be renewed after the ending date of the Contract solely at the discretion of the Contracting Agency for a period of one month. Any further renewals will be by mutual agreement between the Contractor an d the Contracting Agency for any number of times and for any period of time. The cumulative time of all mutual renewals may not exceed thirty-six (36) months unless the Contracting Agency determines that additional renewal is necessary. This Requirements Contract is available to all State Agencies, State institutions of higher education and prop er ly reg i stered members of the Cooperative Purchasing Program of the Department of Administrative Services, as applicable. Agencies are eligible to make purchases of the listed supplies and/or services in any amount and at any time as determined by the agency. The State makes no representation or guarantee that agencies will purchase the volume of supplies and/or services as advertised in the Invitation to Bid. SPECIAL NOTE: State agencies may make purchases under this Requirements Contract up to $2500.00 using the State of Ohio payment card. Any purchase that exceeds $2500.00 will be made using the official State of Ohio purchase order (ADM-0523). Any non-state agency, institution of higher education or Cooperative Purchasing member will use forms appl i cabl e to their respective agency. This Requirements Contract and any Amendments thereto are available from the DAS Web site at the following address:

http://www.ohio.gov/procure

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Signed: __________________________________________________________ Matthew M. Damschroder, Director Date

Page 2: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19

Page 2

TABLE OF CONTENTS CLAUSES PAGE NO. Amendments to Contract Terms and Conditions 3 Attachment 1. Section II. Price List Requirements 18 Contract Award, Section I. 4 Contract Award, Section II. 4 Contractor Index 19 - 20 Contractor Quarterly Sales Report 6 Contractor Revenue Share 6 Cooperative Purchasing Contract 5 Customer Service and Delivery Notification 3 Delivery and Acceptance 3 eProcurement 7 Evaluation, Section I. 4 Evaluation Section II. 4 Fixed Price with Economic Adjustment 4 - 5 Late Delivery, Liquidated Damages 3 Minimum Order 4 Multiple Award Contract – Section II. 3 References to Alternate Terms of Special Charges 4 Special Terms and Conditions 3 - 7 Specifications 7 - 9 Substitution of Items 7 Summary of Amendments 21 * Usage Reports 7 Contract Section I. Specific Ammunition Prices 10 – 13 Contract Section II. Contractor Price Lists for General Ammunition Law Enforcement Items 14 - 15 * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 3: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 3 AMENDMENTS TO CONTRACT TERMS AND CONDITIONS: The following Amendments to the Contract Terms and Conditions do hereby become a part hereof. If an amendment conflicts with the Contract Terms and Conditions, the Amendment will prevail.

SPECIAL TERMS AND CONDITIONS

SECTION I. BRAND NAME OR APPROVED EQUAL SPECIFICATIONS: Section I. of this Invitation to Bid (ITB) is issued under a BRAND NAME OR APPROVED EQUAL specification in accordance with the Ohio Administrative Code Section 123:5-1-10 (I). Brand names are included in this section of the bid as “brand name or approved equal specifications”, For items designated “brand name or approved equal” bidders offering alternate items must provide detailed written justification with their bid for each alternate item offered on how the item offered is equal to the item specified. Based on the written justification provided, the State will determine if the item offered is equal to the brand item named and if to issue and “approved” determination for the item. The decision of the State in this regard shall be final. Failure to provide the justif i cati o n req ui red above will result in the bid for alternates being disqualified as not responsive.

SECTION II. MULTIPLE AWARD CONTRACT: Section II. of this ITB is issued to establish a Multiple Award Contract (MAC). A MAC is a contract made with more than one supplier of the same or similar types of supplies or services at varying prices for delivery within the same geographic area. The state’s obligations under a MAC are subject to the Ohio Controlling Board’s continuing authorization to use the MAC program authorizing the use of Multiple Award Contracts. By the signature affixed to Page 1, of this Bid, the Bidder certifies that it is currently in compliance and will continue to adhere to the requiremen ts o f th e Ohio Ethics Law, Ohio Revised Code Section 102.04. The Bidder affirms that, as applicable to the Bidder, no par ty l i s ted i n Ohio Revised Code Section 3517.13 (I) or (J) or spouse of such party has made, as an individual, within the two previous calendar years, one or more contributions totaling in excess of $1,000.00 to the Governor or to his campaign committees. MANUFACTURER, AUTHORIZED DEALER, DISTRIBUTOR OR MANUFACTURER’S REPRESENTATIVE: Bidders responding to this Solicitation must be a manufacturer or authorized dealer, distributor or a representative of the manufac turer of all the items offered. Bidders should submit proof of this with their bid. Documentation provided must be on the manufacturer’s letterhead and signed by a duly authorized representative of the manufacturer. If not submitted with the bidder’s response, such documentation shall be due within seven (7) calendar days after requested by DAS. Failure to provide the documentation requested within the time frame required may render the Bidder’s response not responsive and result in the Bidder’s response being removed from consideration of a contract award. DELIVERY AND ACCEPTANCE: Unless otherwise provided in this Bid/Contract, supplies will be delivered to the participati ng agency as soon as possible but no later than within forty-five (45) days after receipt of order. The delivery location will be noted on the purchase order issued by the participating agency. Acceptance (transfer of title) will occur upon th e i n spec tio n and written confirmation by the ordering agency that the supplies delivered conform to the requirements set forth in the Contract. Unless otherwise provided in the Contract, acceptance shall be conclusive except as regards to latent defects, fraud, or such gross mistakes as amount to fraud. CUSTOMER SERVICE AND DELIVERY NOTIFICATION. It is the responsibility of the Contractor under this Contract to provide order acknowledgement and accurate and proactive delivery and customer service information to the ordering agency. Within two (2) work days of receipt of any order pursuant to this Contract, the Contractor shall provide a shipment and delivery date promise to the ordering agency. Such notification shall be in writing via email, FAX or other written method. If the anticipated delivery date exceeds the time required by the DELIVERY AND ACCEPTANCE clause of the Contract, the contractor will work with the ordering agency to establish a mutually agreed delivery date. If, after an alternate delivery date has been agreed, the delivery date must be changed, the Contractor shall notify the ordering agency of the change and obtain the ordering agency’s agreement. This requirement applies equally where the Contractor makes the direct d el i very o r uses the services of a third party, subcontractor or fulfillment house to provide delivery of the order. If, after discussion, the contractor and ordering agency are unable to agree on a suitable delivery date, the agency may execute the terms of the LATE DELIVERY LIQUIDATED DAMAGES clause of this Contract. Failure to make or update the notification provided above within the prescribed time periods may be considered a default of the Contract. LATE DELIVERY LIQUIDATED DAMAGES: In accordance with the Standard Terms and Conditions Section VI. J. time is of the essence and on time delivery is a critical component of this bid/contract vital to the agencies which purchase materials using the contract and in the management of inventories and timely provision goods or services to their constituents. In accordance with the DELIVERY AND ACCEPTANCE clause, the required contract delivery term for this bid/contract is forty-five (45) calendar days after the Contractor receives the participating agencies’ purchase orders. If the Contractor is unable to meet that delivery period, the CUSTOMER SERVICE AND DELIVERY NOTIFICATION clause of this Contract provides a mechanism for Contractor(s) to adjust the delivery period with the prior agreement of the ordering agency. If, after that process is initiated, the contractor is unable to provide delivery as promised, the agency, at its discretion may invoke Section VI. H, 2, of the Contract Standard Terms and Conditions (liquidated damages) as an offset against the invoice value of the order. Th i s clause will not apply in cases of FORCE MAJEURE as defined by the Contract Terms and Conditions, Section VI. E. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 4: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 *

Eff. Date: 09/30/19 Page 4

SPECIAL TERMS AND CONDITIONS (Continued) . EVALUATION SECTION I.: Bids for Categories 1. 2. 3. and 4. in Bid Section I will be evaluated in accordance with Article I-17 of the “Instructions to Bidders”. In addition, for ammunition the State will: multiply the price offered for each item for the 1 - 49 case price break by the estimated annual usage for each item, then add the results for all items in each Ammunition Categ o ry to determine the lowest cost responsive and responsible bidder for each Ammunition Category. For the Firearm Categ o ry th e state will multiply the price offered for each firearm by the estimated use of each firearm and add the result for all firearms to determine the lowest responsive and responsible bidder for the category. CONTRACT AWARD SECTION I.: The contract will be awarded to the lowest responsive and responsible bidder by each category in Section I. Bidders must offer pricing for all items in each category bid. Failure to offer pricing for all items in a category may result in the Bidder being determined not responsive and disqualified for consideration of award for that category. Bidders may be awarded more than one category. EVALUATION SECTION II.: Bids for Bid Section II. will be evaluated in accordance with Article 1-17 of the “Instructions to Bidders”. In addition, the State will evaluate bids for Section II. in terms of their conformance with the Bid Specifications REQUIREMENTS and DETAILED SPECIFICATIONS on page 9 and the Price List Mandatory Requirements in ATTACHMENT 1. of the original Bid. CONTRACT AWARD SECTION II.: A contract will be awarded to all responsive and responsible bidders who offer catalogs which comply with the REQUIREMENTS and DETAILED SPECIFICATIONS for SECTION II. on page 9 and with the Price List Mandatory Requirements in ATTACHMENT 1. of the original Bid. * CONTRACT SECTION II - COMPETITIVE SELECTION - TWO PHASE AWARD-QUOTE: This solicitation may be awarded to more than one Supplier of the same or similar types of supplies or services at varying prices for delivery wi th in th e same geographic area. If the contract is awarded to multiple Suppliers, providing the same supplies or services in the same geographic area, Ordering Agencies shall solicit quotes for the required supplies or services from multiple awarded Suppliers, prior to ordering. MINIMUM ORDER: Unless otherwise provided herein, the minimum case quantity order for any order for handgun, rifle or shotgun ammunition placed pursuant to this bid/Contract for delivery F.O.B destination, transportation charges prepaid at an y one time to one destination, shall be not less than five (5) full cases. The minimum dollar value of any order for all items oth er than ammunition described above, placed pursuant to this bid/Contract for delivery F.O.B. destination, transportation charg es prepaid at any one time to one destination, shall be not less than two hundred ($200.00). Orders less than the above minimums shall be shipped F.O.B. destination, actual freight charges prepaid and added to the invoice. The ordering ag en cy may require a copy of the freight invoice to support any freight charges invoiced. If the individual suppliers quoted by Bi d d ers responding to this Invitation to Bid have higher order minimums, Bidders will have the opportunity to add ress th is by tak i n g exception to this Minimum Order Clause on the specific bid price page for the items bid. REFERENCES TO ALTERNATE TERMS OR SPECIAL CHARGES: Any reference which may appear on any catalog, price list, electronic price list or literature to any terms and conditions, such as “F.O.B. shipping point” or “prices subject to chan g e” , will not be part of any contract with the successful bidder(s) and will be disregarded by the State of Ohio. Likewise, there shal l be no assessment, surcharge, small order charge, broken case charge, minimum order charge, single item charge nor any other unspecified additional charge allowed by the State which is not specifically mentioned in this bid or any contract awarded pursuant to this bid. The Contractor must provide merchandise in the unit quantity as indicated in the Bid/Bid response/Contract. FIXED-PRICE WITH ECONOMIC ADJUSTMENT: The contract prices(s) will remain firm for the first twelve (12) months duration of the contract. Thereafter, the Contractor may submit a request to increase their price(s) to be effective thirty (30) calendar days after acceptance by DAS. No price adjustment will be permitted prior to the effective date of the increase received by the Contractor from his suppliers, or on purchase orders that are already being processed, or on purchase orders that have been filled and are awaiting shipment. If the Contractor receives orders requiring quarterly delivery, the increase will apply to all deliveries made after the effective date of the price increase. The price increase must be supported by a general price increase in the cost of the finished supplies, due to increases i n th e cost of raw materials, labor, freight, Workers' Compensation and/or Unemployment Insurance, etc. Detailed documentation, to include a comparison list of the contract items and proposed price increases, must be submitted to support the requested increase. Supportive documentation should include, but is not limited to: copies of the old and the current price lists or simi l ar documents which indicate the original base cost of the product to the Contractor and the corresponding increase, and/or copies of correspondence sent by the Contractor's supplier on the supplier's letterhead, which contain the above price information and explains the source of the increase in such areas as raw materials, freight, fuel or labor, etc. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 5: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 *

Eff. Date: 09/30/19 Page 5

SPECIAL TERMS AND CONDITIONS (Continued) Should there be a decrease in the cost of the finished product due to a general decline in the market or some other factor , th e Contractor is responsible to notify DAS immediately. The price decrease adjustment will be incorporated into the contract an d will be effective on all purchase orders issued after the effective date of the decrease. If the price decrease is a temporary decrease, such should be noted on the invoice. In the event that the temporary decrease is revoked, the contract p r i c i ng wi l l be returned to the pricing in effect prior to the temporary decrease. For quarterly deliveries, any decrease wil l be ap p l i ed to deliveries made after the effective date of the decrease. Failure to comply with this provision will be considered as a d efaul t and will be subject to the “Suspension/Termination” and the “Contract Remedies” sections of the “Standard Co n trac t Terms and Conditions”. BIDDERS MUST COMPLETE THE FOLLOWING COST ALLOCATION CATEGORIES:

KIESLER POLICE SUPPLY, INC. COST ALLOCATION CATEGORIES

As a baseline for evaluation of price adjustment requests for this Contract, Bidders shall indicate the percentages of total costs for the following cost elements. The sum of all percentages must equal one hundred percent. Bidders may add additional cost categories if appropriate. Failure to complete the following cost category information may render your bid not responsive

Cost of Materials Labor Cost Utilities Transportation Other Overhead 100% 0% 0% 0% 0% 0%

LESS LETHAL, LLC COST ALLOCATION CATEGORIES

As a baseline for evaluation of price adjustment requests for this Contract, Bidders shall indicate the percentages of total costs for the following cost elements. The sum of all percentages must equal one hundred percent. Bidders may add additional cost categories if appropriate. Failure to complete the following cost category information may render your bid not responsive

Cost of Materials Labor Cost Utilities Transportation Other Overhead 100% 0% 0% 0% 0% 0%

VANCE OUTDOORS, INC. COST ALLOCATION CATEGORIES

As a baseline for evaluation of price adjustment requests for this Contract, Bidders shall indicate the percentages of total costs for the following cost elements. The sum of all percentages must equal one hundred percent. Bidders may add additional cost categories if appropriate. Failure to complete the following cost category information may render your bid not responsive

Cost of Materials Labor Cost Utilities Transportation Other Overhead 100% 0% 0% 0% 0% 0%

COOPERATIVE PURCHASING CONTRACT: This Contract may be relied upon by Ohio institutions of higher educati o n an d Ohio political subdivisions. Ohio political subdivisions include any county, township, municipal corp orati on, sch ool d i str i ct, conservancy district, township park district, park district created under Chapter 1545 of the Revised Code, regional transit authority, regional airport authority, regional water and sewer district, port authority or any other political subdivision as described in the Ohio Revised Code. To qualify to use this Contract the political subdivision must be currently enrol led i n th e State’s Cooperative Purchasing Program. Purchases made from this Contract by a political subdivision that is not properly registered with the State’s Cooperative Purchasing Program will be a violation of law and may be contrary to the political subdivision’s competitive bidding requirements. If a political subdivision or institution of higher education relies upon this Contract to issue a purchase order or other ordering document, the political subdivision or institution of higher education “steps into the shoes” of the State under this Contract. The political division’s or institution of higher education’s order and this Contract are between the Contractor and the political subdivision or institution of higher education. The Contractor mus t l o o k solely to the political subdivision or institution of higher education for performance, including payment. The Contractor ag rees to hold the state of Ohio harmless with regard to political subdivisions and institution of higher education’s orders and polit ical subdivision’s and institution of higher education’s performance. DAS may cancel this Contract and may seek remed i es i f th e Contractor fails to honor its obligations under an order from a political subdivision or institution of higher education. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 6: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 6

SPECIAL TERMS AND CONDITIONS (Continued)

CONTRACTOR QUARTERLY SALES REPORT: The Contractor must report the quarterly dollar value (in U.S. dollars and rounded to the nearest whole dollar) of the sales, to include both state agencies and political subdivisions, under this Contrac t by calendar quarter (e.g. January-March, April-June, July-September and October-December). The dollar value of the sal e i s the price paid by the Contract user for the products and/or services listed on the purchase order or other encumbering document, as recorded by the Contractor. The Contractor will receive an email with a User ID and password and must report the quarterly dollar value of sales to the Department of Administrative Services (DAS) via the Internet using the web form at the Ohio DAS Contract Management Contractor Portal, https://cm.ohio.gov/. If no sales occur, the Contractor must show zero. The report must be submitted th i r ty (30) days following the completion of the reporting period. The Contractor is responsible for emailing th e An al ys t l i s ted o n page one of the contract with any company contact changes. The Contractor shall also submit a close-out report within one hundred and twenty (120) days after the expiration of this Contract. The Contract expires upon the physical completion of the last outstanding task or delivery order of the Contract. Th e close-out report must cover all sales not shown in the final quarterly report and reconcile all errors and credits. If the Contractor reported all contract sales and reconciled all errors and credits on the final quarterly report, th en th e Co n trac to r should show zero “0” sales in the close-out report The Contractor must forward the Quarterly Sales Report to one of the following addresses, For same day or overnight deliveries: All other deliveries may be sent to the following address: Huntington National Bank Department of Administrative Services ATTN: L-3686 L-3686 7 Easton Oval Columbus, OH 43260-3686 Columbus, OH 43219 If the Contractor fails to submit sales reports, falsifies reports or fails to submit sales reports in a timely manner, DAS may suspend, terminate or cancel this Contract. CONTRACTOR REVENUE SHARE: The Contractor must pay the Department of Administrative Services (DAS) a revenue share of the sales transacted under this contract. The Contractor must remit the revenue share in U.S. dollars within thirty (30) days after the end of the quarterly sales reporting period. The revenue share equals 0.75% of the total quarterly sales reported. Contractors must include the revenue share in their prices. The revenue share is included in the award price(s) and reflected in the total amount charged to ordering agencies which includes both state agencies and political subdivisions us i ng this Contract. The contractor must remit any monies due as the result of the close-out report at the time the close-out report is submi tted to DAS. The Contractor must pay the revenue share amount due by check. To ensure the payment is credited properly, the Contractor must identify the check as a “Revenue Share” and include the Ohio Contract Management Remittance Report. The Contractor must make the check payable to: Treasurer, State of Ohio. For same day or overnight deliveries: All other deliveries may be sent to the following address: Huntington National Bank Department of Administrative Services ATTN: L-3686 L-3686 7 Easton Oval Columbus, OH 43260-3686 Columbus, OH 43219 If the full amount of the revenue share is not paid within thirty (30) calendar days after the end of the applicable reporting period, the non-payment constitutes a contract debt to the State. The State may either initiate withholding or setting off payments or employ the remedies available under Ohio law for the non-payment of the revenue share. If the Contractor fails to pay the revenue share in a timely manner, DAS may suspend, terminate or cancel this Contract. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 7: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004

Eff. Date: 04/01/20 Page 7

SPECIAL TERMS AND CONDITIONS (Continued) USAGE REPORTS: In addition to the Contractor Quarterly Sales Reports above, every six (6) months for the periods January through June and July through December the contractor must submit a report (written, on disk or thumb drive or electronical ly as a readable scan via eMail) in Excel format indicating sales generated by this contract. Reports are due within 30 days after the end of each reporting period. The report shall list usage by customer, by line item, showing the quantities/dollars generated by this contract. The report shall be forwarded to the Office of Procurement Services, 4200 Surface Road, Columbus, OH 43228-1395, Attn: [email protected] * ePROCUREMENT: This contract may become part of an eProcurement System which will provide electronic catalog ho sti ng and contract management services for Ordering Agencies to access a web-based site to place orders for the procuremen t o f goods and services. By submission of a signed offer in response to this Bid, the Bidder/Contractor agrees to full y co o perate with DAS in the requirements for the establishment of an online catalog for a contract resulting from this Bid. SUBSTITUTION OF ITEMS: During the term of any ensuing contract pursuant to this Bid, the awarded bidder/contractor may have a need to provide alternate Manufacturer Brand/Style/Items other than those offered in the Bidder’s Bid Price page. Prior to the provision of any alternate however, the contractor must notify DAS in writing and obtain written p ermi ssi on fro m DAS Office of Procurement Services for use of the alternate. DAS may require samples prior to the approval of any alternate item(s). Failure to comply with this clause may be determined to be default of the contract.

SPECIFICATIONS

BACKGROUND: This solicitation is for various forms of handgun, rifle and shotgun ammunition, firearms, less lethal munitions and related products and items used by law enforcement agencies including but not limited to restraints and restraint systems, batons, chemical sprays and deterrents, training firearms and other like items. REQUIREMENTS:

1. All ammunition and less lethal munitions shall be of factory, new manufacture and shall be manufactured wi th i n th e United States only. No reloaded or remanufactured cartridges, shells or cannisters will be accepted.

2. All ammunition shell casings must be brass. No alternatives will be accepted. 3. All ammunition offered must meet the specifications of the American National Standards Institute (ANSI and Sportin g

Arms and Manufacturer’s Institute (SAAMI) for the caliber or shell size specified. ANSI/SAAMI Z299.1, Z299.3 and Z299.4.

4. All ammunition and other items offered must be free from defects in materials and workmanship. There sh al l be n o exceptions to this.

5. All ammunition and other items offered must be packaged in accordance with industry standards and State and Federal requirements.

This solicitation seeks offers for: Section I: Specific Ammunition and Firearm Items, to wit:

1. Specific ammunition and firearms subject to Brand Name or Approved Equal specifications. Categories 1., 2., 3 an d 4. In accordance with the Ohio Administrative Code Section 123.5-1-10 (I).

Section II: The State of Ohio seeks offers of discounted price catalogs which must be constructed as required in Attach men t 1. on page 17 of this solicitation which contain one or more of the following types of Law Enforcement Items. Failure to provide discounted prices may render your bid not responsive.

1. General law enforcement ammunition for duty, and training purposes, including centerfire and rimfire handgun ammunition, centerfire and rimfire rifle ammunition, shotgun ammunition (shot, slug and buckshot) and related ammunition supplies and accessories.

2. Training munitions, including but not limited to marking and non-marking cartridges and handgun, shotgun an d r i f le conversion kits or marking cartridges, protective equipment, accessories, spare parts and related items.

3. Law enforcement less lethal munitions and delivery systems including, but not limited to aerosol projectors , aero sol irritant projectors and accessories, extinguisher aerosol projectors, defense aerosols, pepper fog generators, chemical agent devices, less lethal impact munitions, launchers and accessories, warning, signaling and dis trac tio n devices, vapor and smoke grenade munitions, breeching tools and related items and accessories.

4. Batons, concealable batons, baton attachments, restraints, hand cuffs and accessories and related items. Flashlights and related items. Training supplies, non-lethal training guns and training support items.

* Denotes change to usage report recipient, per amendment 3.

Page 8: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 8

DETAILED SPECIFICATIONS

SECTION I.- AMMUNITION, UNSPSC 46101600 AND FIREARMS UNSPSC 46101500 The items in Section I. are being bid Brand Name or Approved Equal in accordance with the Ohio Administrative Code 123-5-1-10 (I). Bidders who offer alternate items must provide detailed written justification with their Bid as to how the altern ate i tem offered is equal to the Brand Name item specified. Failure to provide such justification with the bid for an alternate item will result in the bid being declared not responsive and disqualified from consideration of award. The determination of equality will be made by members of the Ohio Department of Natural Resources Law Enforcement and/or Ohio Department of Rehabilitation and Correction Security Staff and shall be final. Category I.: Federal® Ammunition: Bid Item 1.a. American Eagle .45 Auto 230 gr. .45 ACP, FMJ Federal Item AE45A Bid Item 1.b. American Eagle 9mm, 115 gr. FMJ, Federal Item AE9DP Bid Item 1.c. American Eagle .223 Rem, 55 gr. FMJ, Federal Item AE223 Bid Item 1.d. Federal Tactical 12 Ga. 2 ¾ 9 PLT, 00 Buck, LE Only, Federal Item FEDELE 13200 Bid Item 1.e. Federal Tactical 12 Ga. 2 ¾ HS HP Slug, LE Only, Federal Item FEDELE 127RS Category II. Hornady® Ammunition Bid Item 2.a. Hornady .223 Rem, 55 gr. TAP Urban, Hornady Item 83276 Bid Item 2.b. Hornady .223 Rem, 62 gr. TAP Barrier, Hornady Item 83285 Bid Item 2.c. Hornady .300 Black Out, 110 Gr. GMX TAP, Hornady Item 80875 Bid Item 2.d. Hornady .300 Black Out, 190 gr. Sub-X TAP, Hornady Item 80895 Category 3. Winchester® Ammunition Bid Item 3.a. Winchester .40S&W, 165 gr. JHP T Series, Winchester Item RA40TA Bid Item 3.b. Winchester .40S&W, 135 gr. Frangible SF, Winchester Item RA40SF Bid Item 3.c. Winchester Ranger “T” .45 ACP 230 gr.; JHP, Winchester Item RA45T Bid Item 3.d. Winchester .45 Auto +P 175 Gr. Frangible SF, Winchester Item RA45SF Bid Item 3.e. Winchester Ranger 9mm Luger +P 147 gr. JHP T-Series, Winchester Item RA9T Bid Item 3.f. Winchester 9mm Luger +P, 100 gr. Frangible SF, Winchester Item RA9SF Bid Item 3.g. Winchester .38 Special, 130 gr. USA FMJ, Paramilitary, Winchester Item Q4171 Bid Item 3.h. Winchester .223 REM, 55 gr. Frangible SF, Winchester Item RA223SF Bid Item 3.i. Winchester .556mm, 55 gr. FMJ, Winchester Item Q3131 Bid Item 3.j. Winchester .300 Black Out, 125 gr. FMJOT, USA, Winchester Item USA300BLK Bid Item 3.k. Winchester Super X, 12 Gauge 2 ¾, 27 Pellet #4 Buckshot (Buffered) Winchester Item XB124 Bid Item 3.l. Winchester Super X, 12 Gauge AA Target Loads, 7 ½ Shot, 1 Oz. Winchester Item AAL127 Bid Item 3.m. Winchester USA .40S&W, 180 gr. FMJ, Winchester Item Q4238 Bid Item 3.n. Winchester USA .45 ACP, 230 gr. FMJ, Winchester Item Q4170 Bid Item 3.o. Winchester USA 9mm Luger, 115 gr. FMJ, Winchester Item USA9MMVP Bid Item 3.p. Winchester USA 9mm Luger, 115 gr. FMJ, Winchester Item Q4172 Bid Item 3.q. Winchester USA 9mm Luger, 124 gr., Winchester Item USA9MM Bid Item 3.r. Winchester USA 9mm Luger, 147 gr., Winchester Item USA9JHP2 Bid Item 3.s. Winchester USA .223 REM, 55 gr. FMJ, Winchester ItemUSA223R1 Bid Item 3.t. Winchester USA .308 WIN, 147 Gr. FJ Boat Tail, Winchester Item USA3081 Category 4. Glock 19 Generation 4, 9mm Luger Semi-Automatic Handgun with Glock Night Sights Bid Item 4.a. Glock 19 Generation 4, 9mm Luger Semi-Automatic Handgun with Glock Night Sights, Glock Item PG1950702

1. Caliber/System: 9x19 Safe Action 2. Length: 185 mm / 7.28 inches 3. Height: 127 mm / 4.99 inches 4. Width: 30.0 mm / 1.18 inches

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 9: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 9

DETAILED SPECIFICATIONS (Continued)

5. Barrel Height: 32 mm / 1.26 inches 6. Distance Between Sights: 153 mm / 6.02 inches 7. Barrel Length: 102 mm / 4.01 inches 8. Weight (unloaded): 670 g / 23.65 ounces 9. Weight (loaded): 855 g / 30.18 ounces 10. Trigger Pull: ~ 2.5 kg / ~ 5.5 lbs. 11. Trigger Travel: ~ 12.5 mm / ~ .49 inches 12. Barrel Rifling: Right Hand, Hexagonal 13. Length of Twist: 250 mm / 9.84 inches 14. Magazine Capacity (standard): 15 rounds 15. Sights: Glock Night Sights 16. Magazines: Three (3) Standard, 15 Round 17. Back Straps: Four (4) Interchangeable 18. Cable Lock: One (1) 19: Hard Case: One (1) Glock hard case 20. Warranty Requirements: Each Bidder/Contractor shall provide as part of their bid submission a written lifetime

service policy statement that assures the original purchasing agency will be covered for any manufactured d efec t(s ) or workmanship for as long as the weapon remains the property of the original buyer. This lifetime service policy statement will not cover damage due to misuse or damage other than that caused by manufactured defect(s) workmanship of the weapon as determined by the weapon manufacturer and a qualified agency instructor.

21. Each shipment of Glock 19 Generation 4 Handguns shall be securely packed and delivered F.O.B. Delivered, frei g h t prepaid. The ordering agency shall include the complete delivery location and information in their purchase order.

22. Each bid submission for the Glock 19 PG1950702 semi-automatic handgun with Glock night sights should inc lud e a

letter from the manufacturer on manufacturer’s letterhead and signed by an authorized representative of the manufacturer stating the Bidder is an authorized dealer or manufacturer’s representative for the item offered and is authorized to represent the manufacturer in this bid. The letter must guarantee all requirements of this bid will be supported by the manufacturer to include at least as a minimum: delivery of weapons within the specified time frame; preparation of a supply of spare parts inventory, lifetime service policy statement of warranty. If not submitted with the bid document, the Bidder will have seven (7) calendar days after request to provide this letter of authorization. Failure to provide the letter as stated may result in disqualification of the bidder as not responsive with no chance of award of a contract.

SECTION II. GENERAL AMMUNITION, CROWD CONTROL AND LESS LETHAL ITEMS – UNSPSC 46101600, 46151500 and 46151600 Section II. consists of a wide range of ammunition, individual and crowd control equipment and secur i ty an d c ro wd co ntro l items. Bidders shall offer a catalog or price list with discounted prices comprised of at least one or more of the following types of law enforcement related items described in 1. Through 4. below.

1. General law enforcement ammunition for duty, and training purposes, including centerfire and rimfire handgun ammunition, centerfire and rimfire rifle ammunition, shotgun ammunition (shot, slug and buckshot) and related ammunition supplies and accessories. Prices for individual ammunition items offered ink Bid Section I. will supersed e prices for the same items offered in any price list(s) under this bid/contract.

2. Training munitions, including but not limited to marking and non-marking cartridges and handgun, shotgun an d r i f le conversion kits or marking cartridges, protective equipment, accessories, spare parts and related items.

3. Law enforcement less lethal munitions and delivery systems including, but not limited to aerosol projectors , aero sol irritant projectors and accessories, extinguisher aerosol projectors, defense aerosols, pepper fog generators, chemical agent devices, less lethal impact munitions, launchers and accessories, warning, signaling and dis trac tio n devices, vapor and smoke grenade munitions, breeching tools and related items and accessories.

4. Batons, concealable batons, baton attachments, restraints, hand cuffs and accessories and related items. Flashlights and related items. Training supplies, non-lethal training guns and training support items.

All catalogs or price lists offered in response to Section II. must be in searchable pdf format and configured as described in ATTACHMENT 1. Failure to follow the catalog/price list requirements in Attachment 1. may result in disqualification of the price list with no consideration of award. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 10: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 Eff. Date: 08/17/20 Page 10

CONTRACT PRICES SECTION 1. SPECIFIC AMMUNITION AND FIREARM CATEGORY 1. – FEDERAL® AMMUNITION – UNSPSC 46101600 - KIESLER POLICE SUPPLY, INC. OAKS 0000082188 USE OAKS CONTRACT RS900319-1

MINIMUM ORDER FOR FEDERAL / FEDERAL TACTICAL AMMUNITION IS ONE (1) CASE

OAKS Item Manufacturer Description

Manufacturer Item # Caliber

Ammo Type

Rounds Per Box

Rounds Per

Case

Unit of Measure ((UoM)

Price Per Case for 1 -

49 Cs in $USD

Price Per Case for 50 - 99 Cs in

$USD

Price Per Case for

100+ Cs in $USD

35519 Federal

American Eagle 45 Auto 230 gr FMJ AE45A 45 ACP Pistol 50 1000 Case $ 282.00 $ 257.00 $ 254.00

35520. Federal

American Eagle 9mm 115 gr. FMJ AE9DP 9 mm Pistol 50 1000 Case $ 175.00 $ 170.00 $ 165.00

35521 Federal

American Eagle .223 REM 55 gr. FMJ AE223 .223 REM Rifle 20 500 Case $ 146.00 $ 141.00 $ 138.00

.35522 Federal Tactical

12 Ga. 2 3/4 9 PLT 00 Buck LE only FEDELE13200 12 Ga Shotgun 5 250 Case $ 107.00 $ 104.00 $ 99.00

35523 Federal Tactical

12 Ga. 2 3/4 HS HP Slug LE only FEDELE127RS 12 Ga Shotgun 5 250 Case $ 133.00 $ 130.00 $ 124.00

CATEGORY 2. – HORNADY® AMMUNITION – UNSPSC 46101600 - VANCE OUTDOORS, INC.OAKS 0000091252 USE OAKS CONTRACT RS900319-4

MINIMUM ORDER FOR HORNADY AMMUNITION IS ELEVEN (11) CASES (DIFFERENT HORNADY ITEMS MAY BE MIXED TO MAKE THE CASE MIN)

OAKS Item Manufacturer Description

Manufacturer Item # Caliber

Ammo Type

Rounds Per Box

Rounds Per

Case

Unit of Measure ((UoM)

Price Per Case for 1 -

49 Cs in $USD

Price Per Case for 50 - 99 Cs in

$USD

Price Per Case for

100+ Cs in $USD

35524 Hornady .223Rem 55 gr. TAP Urban 83276 .223 REM Rifle 20 200 Case * $ 126.85 * $ 119.25 * $ 116.10

35525 Hornady .223Rem 62 gr. TAP Barrier 83285 .223 REM Rifle 20 200 Case * $ 126.85 * $ 119.25 * $ 116.10

35526 Hornady .300 Black Out, 110 Gr. GMX TAP 80875 .300 Rifle 20 200 Case * $ 194.45 * $ 182.80 * $ 177.90

35527 Hornady

.300 Black Out, 190 gr. Sub -X TAP 80895 .300 Rifle 20 200 Case * $ 169.55 * $ 159.53 * $ 155.15

* Denotes price change, effective with all orders placed on or after 08/17/20, per Amendment 4.

Page 11: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 Eff. Date: 08/17/20 Page 11

CONTRACT PRICES (Continued)

CATEGORY 3. – WINCHESTER® AMMUNITION – UNSPSC 46101600 - VANCE OUTDOORS, INC. OAKS 0000091252 USE CONTRACT RS900319-4

MINIMUM ORDER FOR WINCHESTER / WINCHESTER USA AMMUNITION IS FIVE (5) CASES (DIFFERENT ITEMS MAY BE MIXED TO MAKE THE CASE MIN)

* Denotes price change, effective with all orders placed on or after 08/17/20, per Amendment 4.

OAKS Item Manufacturer Description

Manufacturer Item # Caliber

Ammo Type

Rounds Per Box

Rounds Per

Case

Unit of Measure ((UoM)

Price Per Case for 11 - 49 Cs in

$USD

Price Per Case for 50 - 99 Cs in

$USD

Price Per Case for

100+ Cs in $USD

35528 Winchester .40S&W 165 gr. JHP T-Series RA40TA .40 S&W Pistol 50 500 Case * $ 146.90 * $ 138.25 * $ 130.60

35229 Winchester .40S&W 135 gr. Frangible SF RA40SF .40 S&W Pistol 50 500 Case * $ 224.20 * $ 210.85 * $ 207.50

35530 Winchester Ranger "T" .45 ACP 230 gr JHP RA45T .45 ACP Pistol 50 500 Case * $ 175.90 * $ 165.55 * $ 156.35

35531 Winchester 45 Auto +P 175 Gr. Frangible SF RA45SF 45 ACP Pistol 50 500 Case * $ 260.05 $ 253.00 * $ 249.00

35532 Winchester

Ranger 9mm Luger +P 147 gr. JHP T-Series RA9T 9 mm Pistol 50 500 Case * $ 137.50 * $ 131.30 * $ 124.00

35533 Winchester

9mm Luger +p 100 gr. Frangible SF RA9SF 9mm Pistol 50 500 Case * $ 178.30 * $ 173.50 * $ 170.70

35534 Winchester

.38 Special, 130 gr. USA FMJ Paramilitary Q4171

.38 Special Pistol 50 500 Case $ 121.30 $ 113.30 * $ 110.90

35535 Winchester .223REM 55 gr. Frangible SF RA223SFY .223 REM Rifle 20 1000 Case * $ 587.00 * $ 568.05 * $ 556.10

35536 Winchester 5.56mm 55 gr. FMJ Q3131 5.56mm Rifle 20 1000 Case * $ 308.60 * $ 292.00 $ 285.85

35537 Winchester

.300 Black Out 125 gr. FMJOT USA USA300BLK .300 Rifle 20 200 Case * $ 113.80 $ 107.00 $ 105.30

Page 12: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 Eff. Date: 08/17/20 Page 12

CONTRACT PRICES (Continued)

CATEGORY 3. – WINCHESTER® AMMUNITION – UNSPSC 46101600 - VANCE OUTDOORS, INC. OAKS 0000091252 USE CONTRACT RS900319-4 MINIMUM ORDER FOR WINCHESTER / WINCHESTER USA IS FIVE (5) (DIFFERENT ITEMS MAY BE MIXED TO MAKE THE CASE MIN)

OAKS Item Manufacturer Description

Manufacturer Item # Caliber

Ammo Type

Rounds Per Box

Rounds Per

Case

Unit of Measure ((UoM)

Price Per Case for 1 -

49 Cs in $USD

Price Per Case for 50 - 99 Cs in

$USD

Price Per Case for

100+ Cs in $USD

35538 Winchester

Super X, 12 Gauge, 2.75, 27 Pellet #4 Buckshot (Buffered) XB124 12 Ga Shotgun 25 250 Case * $ 177.55 $ 169.80 $ 166.20

35539 Winchester AA Target loads - 7 1/2 shot 1 oz. AAL127 12 Ga Shotgun 25 250 Case $ 78.05 $ 74.20 $ 72.20

35540 Winchester

USA .40S&W 180 gr. FMJ Q4238 .40 S&W Pistol 50 500 Case * $ 109.55 * $ 103.60 * $ 101.40

35541 Winchester

USA USA .45 ACP 230 gr. FMJ Q4170 .45 ACP Pistol 50 500 Case * $ 124.85 * $ 118.75 * $ 115.55

35542. Winchester

USA 9mm Luger 115 gr. FMJ USA9MMVP 9 mm Pistol 50 1000 Case * $ 170.25 * $ 161.00 * $ 156.75

35543. Winchester

USA 9mm Luger 115 gr. FMJ Q4172 9 mm Pistol 50 500 Case * $ 88.10 * $ 83.80 * $ 81.60

35544 Winchester

USA 9MM Luger, 124 Gr. USA9MM 9 mm Pistol 50 500 Case * $ 90.00 * $ 84.80 * $ 83.00

35545 Winchester

USA 9MM Luger, 147 Gr. USA9JHP2 9 mm Pistol 50 500 Case $ 112.40 * $ 108.60 $ 103.85

35546 Winchester

USA USA Brand .223 REM 55 gr. FMJ USA223R1 .223 REM Rifle 20 1000 Case $ 321.15 * $ 303.90 * $ 297.50

35547 Winchester

USA

USA Brand .308 WIN 147 gr. FMJ boat tail USA3081 .308 WIN Rifle 20 200 Case * $ 119.20 * $ 112.10 * $ 110.30

* Denotes price change, effective with all orders placed on or after 08/17/20, per Amendment 4.

Page 13: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19 Page 13

CONTRACT PRICES (Continued)

CATEGORY 4. - Glock 19 Generation Handgun, as Specified –VANCE OUTDOORS, INC. OAKS 0000091252 USE CONTRACT RS900319-4

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

OAKS Item UNSPSC Manufacturer Description Caliber Unit of Measure

(UoM) Price Per UoM in

$USD

35548 46101500 Glock

Glock 19 Generation 4, 9mm Luger Semi-Automatic Handgun with Glock Night Sights, Item PG1950702 9mm Luger Each $ 409.00

Page 14: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 Eff. Date: 08/17/20

Page 14

CONTRACTOR INSTRUCTIONS - SECTION II. General Ammunition, Crowd Control Equipment and Security and Control Equipment, respectively. UNSPSC items 46101600, 46151500 and 46151600. 1. Bidders shall submit discounted price lists as described in SECTION II. on page # 9 of this contract and in

ATTACHMENT 1. Submissions which do not meet the requirements in SECTION II. on page 9 or which do not meet Requirements for Price Lists in Attachment I. may be deemed not responsive and disqualified fro m consideration of a contract award for SECTION II.

2. During the term of this contract, the contract may become part of an eCommerce System which will provide

electronic catalog hosting and contract management services for Ordering Agencies to access a web-based site to place orders for the procurement of goods provided by this Contract. By submission of a signed offer in response to the Bid, the Bidder/Contractor agrees to fully cooperate with DAS in the requirements for the establishment of an online catalog for a contract for items in Category II. resulting from this Contract.

3. DAS may reject or require modification a price list if it deems the items offered in the price list do not fall withi n

the description of items required for Category II. on page #9.

CONTRACTOR PRICE LISTS

1. CONTRACTOR: Kiesler Police Supply, Inc OAKS Supplier # 000082188 – Contract RS900319-1 Minimum Order for Free Freight, All Manufacturers - $ 200.00 Kiesler Police Supply Price List eff 04/01/20 MANUFACTURER 1. Federal Law Enforcement Ammunition MANUFACTURER 2. Speer Law Enforcement Ammunition MANUFACTURER 3. Force on Force

2. CONTRACTOR: Less Lethal, LLC. OAKS Supplier # 0000195016 – Contract RS900319-3 Minimum Order for Free Freight, All Manufacturers - $ 200.000 Less Lethal, LLC Price List eff 09/30/19 MANUFACTURER 1: ALS/Pacem-Defense – Defense Aerosols, Pepper Fog Generators, Chemical Agent Devices, Distraction Devices and Related Items MANUFACTURER 2: ASP, Inc. – Batons, Concealable Batons, Baton Attachments, Scabbards, Handcuffs & Cases, Flashlights and Related Items MANUFACTURER 3: Damascus Worldwide, Inc. (Damascus Gear) – Protective Equipment MANUFACTURER 4. Mark Pro Gear – Protective Equipment MANUFACTURER 5. PepperBall – Less Lethal Impact Munitions, Launchers and Accessories

3. CONTRACTOR: Vance Outdoors, Inc. OAKS Supplier # 0000091252 – Contract RS900319-4 Vance Outdoors Price List eff 08/13/20 * MANUFACTURER 1. ASP, Inc. – Batons, Restraints, Flashlights, Pepper Spray Minimum Order for Free Freight, ASP, Inc. - $ 1,750.00 MANUFACTURER 2. Defense Technology - Less Lethal Munitions Minimum Order for Free Freight Defense Technology - $ 2,900.00 * Denotes update to pricelist, effective with all orders placed on or after 08/17/20, per Amendment 4.

Page 15: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19

Page 15

MANUFACTURER 3. Fox Labs International – Pepper Spray Minimum Order for Free Freight Fox Labs – Twenty-five (25) Handheld Units / or six (6) 1 Lb. Units

MANUFACTURER 4. Hatch – Less Lethal Munitions, Bags, Protective Gear Minimum Order for Free Freight Hatch - $ 250.00 MANUFACTURER 5. Hornady Law Enforcement Ammunition Minimum Order for Free Freight Hornady $ 5,500.00 MANUFACTURER 6. Monadnock – Batons, Restraints, Riot Control Minimum Order for Free Freight Monadnock - $ 500.00 MANUFACTURER 7. Nightstick (Bayco Products)) – Flashlights and Related Items Minimum Order for Free Freight Bayco/Nightstick - $ 500.00 MANUFACTURER 8. Rings Manufacturing, Inc. (Blueguns) – Non-Lethal Training Guns Minimum Order for Free Freight Rings Manufacturing - $ 400.00 MANUFACTURER 9. Sabre Law Enforcement – Aerosol Projectors Minimum Order for Free Freight Sabre – Handheld 25 Units, MK-9 Cell Buster 6 Units, Crowd Management 1 Unit MANUFACTURER 10. Safariland, LLC – Duty Gear Minimum Order for Free Freight Safariland - $ 500.00 MANUFACTURER 11. Simunition (General Dynamics) – Training Munitions, Conversion Kits, Training Gear Minimum Order for Free Freight Simunition - $ 2,500 MANUFACTURER 12. Smith & Wesson – Restraints and Firearms Minimum Order for Free Freight Smith & Wesson - $ 200.00 MANUFACTURER 13. Streamlight – Flashlights and Related Items Minimum Order for Free Freight Streamlight - $ 1,200.00 MANUFACTURER 14. Winchester Ammunition – Law Enforcement Ammunition Minimum Order for Free Freight Winchester – 5 Cases any mix

BIDDERS SHALL COMPLETE THE FOLLOWING:

Kiesler Police Supply Inc. Contains recycled materials – Y/N N, if Yes %. (Will not be part of the evaluation) Less Lethal, LLC. Contains recycled materials – Y/N: N if Yes __%. (Will not be part of the evaluation) Vance Outdoors Inc. Contains recycled materials – Y/N: Y if Yes Various % depending on manufacturer (Will not be part of the evaluation) BID AUTOMOBILE LIABILITY CHECKLIST: Bidder/Contractor will indicate, by checking the appropriate box(es) below, which mode of transportation will apply to this Bid/Contract – Kiesler Police Supply, Inc.

X Bidder/Broker (“The Contractor”) or their Sub Contractor will make delivery or be performing services using a

vehicle that is owned, leased or rented. Provide Certificate of Insurance documenting automobile liability wi th a Combined Single Limit of $500,000.00. (UPON AWARD)

X Goods/Services will be delivered via common carrier.

No employee or representative of the contractor will have cause to be on state property to make deliveries o r to perform services.

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 16: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 *

Eff. Date: 09/30/19 Page 16

BIDDERS SHALL COMPLETE THE FOLLOWING:

BID AUTOMOBILE LIABILITY CHECKLIST: Bidder/Contractor will indicate, by checking the appropriate box(es) below, which mode of transportation will apply to this Bid/Contract – Less Lethal, LLC and Vance Outdoors, Inc.

Bidder/Broker (“The Contractor”) or their Sub Contractor will make delivery or be performing services using a vehicle that is owned, leased or rented. Provide Certificate of Insurance documenting automobile liability wi th a Combined Single Limit of $500,000.00.

X Goods/Services will be delivered via common carrier.

No employee or representative of the contractor will have cause to be on state property to make deliveries o r to perform services.

DISCLOSURE OF SUBCONTRACTORS / JOINT VENTURES: List names of subcontractors who will be performing work under the Contract. – Kiesler Police Supply, Inc, Less Lethal, LLC and Vance Outdoors, Inc. N/A By the signature affixed to Page 1 of this Bid, Bidder hereby certifies that the above information is true and accurate. Th e Bidder agrees that no changes will be made to this list of subcontractors or locations where work will be performed, or data will be stored without prior written approval of DAS. Any attempt by the Bidder/Contractor to change or otherwise alter subcontractors or locations where work will be performed or locations where data will be stored, without prior written approval of DAS, will be deemed as a default. If a default should occur, DAS will seek all legal remedies as set forth in the Terms and Conditions which may include immediate cancellation of the Contract. Failure to complete this p ag e may deem your bid not responsive. DISCLOSURE OF FULFILLMENT HOUSES – KIESLER POLICE SUPPLY, INC & VANCE OUTDOORS, INC. Fulfillment Houses are defined as follows: A third party that performs outsourced storage, order picking, packing, shipment, drop shipment and/or tracking activities for the Contractor. Bidders seeking to enter into a mater i al s co n trac t shall disclose the following: (use additional sheets if necessary) – Kiesler Police Supply and Vance Outdoors, Inc. If awarded a contract under this Invitation to Bid, do you intend to use Fulfillment Houses as defined above to ful f i l l yo ur obligations under any ensuing contract? Yes: [ ] No: [ X ] If you answered yes above, complete the following information. a) Principal location of business for the contractor (Name/City/State/Country) _________________________________________________________ _______________________________________ b) Principal location of all Fulfillment Houses (Name/City/State/Country) ________________________________________________________________________________________________ c) Location where inventory to support the Contract will be maintained (Name/City/State/Country) ____________________________________________________________ d) Has this Fulfillment House ever been asked to withdraw from a contract with the state of Ohio, either as a Fulfillment House or as a direct contractor to the State? Yes [ ] No [ ] e) Has this Fulfillment House ever been asked to withdraw from a contract with another state or government body? Yes [ ] No [ ]

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 17: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19

Page 17

DISCLOSURE OF FULFILLMENT HOUSES – KIESLER POLICE SUPPLY, INC & VANCE OUTDOORS, INC. (Continued) The state of Ohio neither approves nor disapproves of any Fulfillment House. The State reserves the right to authorize o r reject the use of any Fulfillment House. Prior removal from a contract or contracts may be cause for rejection. By the signature affixed to Page 1 of this Bid, Bidder hereby certifies that the above information is complete, correct, true and accurate. The Bidder agrees that no changes will be made to this list of fulfillment houses without amendment to th e contract issued after the analysis of bids. Any attempt by the Bidder/Contractor to change or otherwise alter Ful f i l l men t House locations where services will be performed without prior amendment to the contract, will be deemed as a default. If a default should occur, DAS will seek all legal remedies as set forth in the Terms and Conditions which may include immediate cancellation of the Contract. Failure to complete this page may deem your bid not responsive.

DISCLOSURE OF FULFILLMENT HOUSES – LESS LETHAL, LLC Fulfillment Houses are defined as follows: A third party that performs outsourced storage, order picking, packing, shipment, drop shipment and/or tracking activities for the Contractor. Bidders seeking to enter into a mater i al s co n trac t shall disclose the following: (use additional sheets if necessary) – Kiesler Police Supply and Vance Outdoors, Inc. If awarded a contract under this Invitation to Bid, do you intend to use Fulfillment Houses as defined above to ful f i l l yo ur obligations under any ensuing contract? Yes: [ X ] No: [ ] – Sometimes :Less Lethal, LLC will drop-ship directly from th e manufacturer. If you answered yes above, complete the following information. a) Principal location of business for the contractor (Name/City/State/Country) Less Lethal, LLC – Cincinnati, OH, USA_____________________________ _________________________________________ b) Principal location of all Fulfillment Houses (Name/City/State/Country) Pepperball – Fort Wane, IN USA, Damascus – Rutland, VT USA, Mark Pro Gear – Vincentown, NJ USA, ASP – Appleton, WI USA, ALS – Perry, FL USA_________________________________________________________________________________ c) Location where inventory to support the Contract will be maintained (Name/City/State/Country) Less Lethal, LLC – Cincinnati, OH USA and sometimes at the Manufacturer’s site as specified in b) directly above d) Has this Fulfillment House ever been asked to withdraw from a contract with the state of Ohio, either as a Fulfillment House or as a direct contractor to the State? Yes [ ] No [ X ] e) Has this Fulfillment House ever been asked to withdraw from a contract with another state or government body? Yes [ ] No [ X ] The state of Ohio neither approves nor disapproves of any Fulfillment House. The State reserves the right to authorize o r reject the use of any Fulfillment House. Prior removal from a contract or contracts may be cause for rejection. By the signature affixed to Page 1 of this Bid, Bidder hereby certifies that the above information is complete, correct, true and accurate. The Bidder agrees that no changes will be made to this list of fulfillment houses without amendment to th e contract issued after the analysis of bids. Any attempt by the Bidder/Contractor to change or otherwise alter Ful f i l l men t House locations where services will be performed without prior amendment to the contract, will be deemed as a default. If a default should occur, DAS will seek all legal remedies as set forth in the Terms and Conditions which may include immediate cancellation of the Contract. Failure to complete this page may deem your bid not responsive. * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 18: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 09/30/19

Page 18

ATTACHMENT 1

MANDATORY REQUIREMENTS FOR PRICE LISTS SUBMITTED IN RESPONSE TO THE REQUIREMENTS OF SECTION II

1. The price list must be in searchable pdf format and be submitted with the Bidder’s bid response on electronic media, ether thumb drive or CD.

2. The price list must contain discounted pricing for one or more types of law enforcement ammunition and less

lethal law enforcement items as described in the specifications for BID SECTION II. GENERAL AMMUNTION, CROWD CONTROL AND LESS LETHAL ITEMS – UNSPSC 46101600, 46151500 and 46151600 on pages 7 and 9 of this Invitation to Bid (ITB) and contain at least one or more types of less lethal or related law enforcement items as described in therein.

3. In the form of a page Header, each page of the price list must contain:

a. The name of the Bidder, b. This bid number (RS900319) and Index Number (GDC004 *), c. The effective date of April 1, 2019.

4. The price list shall not contain any terms and conditions, freight terms or charges, F.O.B. Info rmati o n , co n tac t

person information or any other terms or charges not authorized by this Bid/Contract. The price list may contain a “reasonable” minimum order quantity. DAS reserves the right to negotiate order minimums if it deems the minimum unreasonable.

5. The price list shall contain a cover page which contains the following information:

a. The Company name of the Bidder b. The effective date of the price list which shall be April 1, 2019 c. The State of Ohio DAS Contract number (RS900319) and Contract Index Number (GDC004 *)

6. The price list shall contain a Table of Contents. 7. The price pages of the price list shall contain the following information for each item offered:

a. The name of the Manufacturer b. A complete description of each item offered c. The unit(s) of measure (UoM) for each item offered d. The Manufacturer’s item number e. The Bidder’s item number (if applicable) f. The contract price per (UoM) for each item in United States dollars ($USD). g. The number of rounds and/or cartons per case h. Although not required, the Bidder may offer tiered prices based upon volume of order/purchase.

8. All prices shall be in United States Dollars ($USD). 9. The price list shall contain a column indicating the percentage discount off manufacturer’s list price for each i tem

listed. 10. If more than one Manufacturer is offered, the price list must be sectioned by the name of the Manufacturer for

each Manufacturer. Failure to provide a price list which meets all the requirements listed above may deem your bid not resp o n s i ve an d result in the disqualification of the bid with no consideration of award for Section II of this Invitation to Bid.

* Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19.

Page 19: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 10/25/19 Page 19

CONTRACTOR INDEX

CONTRACTOR AND TERMS: BID CONTRACT NO.: RS900319-1 (Use for Contract

Section I. ONLY ** BID CONTRACT NO.: RS900319-5 (Use for Contract

Section II. ONLY ** 0000082188 DELIVERY: 45 Days A.R.O. Kiesler Police Supply, Inc. TERMS: Net 30 2802 Sable Mill Road Jeffersonville, IN 47130 CONTRACTOR’S CONTACT: Kelsie McMahel Telephone: (800) 444-2950 (Toll Free) Telephone: (812) 288-5740 FAX: (812) 288-7560 E-mail: [email protected] PLACEMENT OF PURCHASE ORDERS; Purchase Orders are to be E-mailed to: E-mail: [email protected] OAKS Item Identification Number, Freight on Less Than Minimum Orders:35682 CONTRACTOR AND TERMS: BID CONTRACT NO.: RS900319-3 (Use for Contract

Section II. ONLY)

0000195016 DELIVERY: 45 Days A.R.O. Less Lethal, LLC 5463 Palisades Drive TERMS: Net 30 Cincinnati, OH 45238 CONTRACTOR’S CONTACT: Richard E. Juler Telephone: (513) 550-7425 FAX: (513) 451-6929 Email: [email protected] PLACEMENT OF PURCHASE ORDERS; Purchase Orders are to be E-mailed to: Email: [email protected] OAKS Item Identification Number, Freight on Less Than Minimum Orders: 35683 * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19. ** Changed per Amendment #2, effective 10/25/19.

Page 20: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 * Eff. Date: 10/25/19

Page: 20

CONTRACTORS INDEX (Continued)

CONTRACTOR AND TERMS: BID CONTRACT NO.: RS900319-4 (Use for Contract Section I. ONLY) **

BID CONTRACT NO.: RS900319-6 (Use for Contract Section II. ONLY) **

0000091252 DELIVERY: 45 Days A.R.O. Vance Outdoors, Inc. TERMS: Net 30 3723 Cleveland Avenue Columbus, OH 43224 CONTRACTOR’S CONTACT: Doug Vance Telephone: (614) 471-7000 ext. 115 FAX: (614) 471-2134 E-mail: [email protected] PLACEMENT OF PURCHASE ORDERS; Purchase Orders are to be E-mailed to: E-mail: [email protected] OAKS Item Identification Number, Freight on Less Than Minimum Orders: 35684 * Change Contract Index Number from MAC032 to GDC004, per amendment #1, effective 09/30/19. ** Changed per Amendment #2, effective 10/25/19.

Page 21: Index No.: GDC004 * Eff. Date: 09/30/19 Page 1 STATE OF ... · page 1 . state of ohio . department of administrative services . general services division . office of procurement services

Index No.: GDC004 Eff. Date: 08/17/20 Page 21

SUMMARY OF AMENDMENTS

Amendment

Number Effective

Date Description

4

08/13/20 This amendment is issued to update products and pricing for Vance Outdoors, Inc., effective with all orders placed on or after 08/17/20.

3

04/01/20 This amendment is issued to update the price list for Kiesler Police Supply, Inc., effective with all orders placed on or after 04/01/20. Additionally, this amendment is issued to change the usage report recipient.

2. 10/25/19

This amendment is issued to clarify the application of the COMPETITIVE SELECTION – TWO PHASE clause on page #4 of the contract. State of Ohio agency users are required to comply with the provisions of the COMPETITIVE SELECTION – TWO PHASE clause on page #4 of the contract when purchasing items off price lists in Section II. of this contract. The COMPETITIVE SELECTION – TWO PHASE clause does not apply to price lists in section I. of this contract.

1 09/30/19

This amendment is issued to change the Contract Index Number from MAC004 to GDC004, add a new clause titled CONTRACT SECTION II - COMPETITIVE SELECTION - TWO PHASE AWARD-QUOTE on page 4 of the contract and add a new page 21, SUMMARY OF AMENDMENTS, effective 09/30/19.