File #: 16-1187    Version: 1 Name: Ammunition
Type: Resolution Status: Adopted
File created: 7/13/2016 In control: Administration
On agenda: 9/8/2016 Final action: 9/8/2016
Title: Dept/ Agency: Administration/Division of Central Purchasing Action: ( ) Ratifying (X) Authorizing ( ) Amending Type of Service: Bid Contract(s) Purpose: Purchase of Ammunition Description: Purchase of various ammunition for use by the Department of Public Safety's Police and Fire Divisions Entity Name(s)/Address(s): 1) Atlantic Tactical of New Jersey Inc., 763 Corporate Circle, New Cumberland, Pennsylvania 17070 2) Lawmen Supply Company of New Jersey, Inc., 7150 Airport Highway, Pennsauken, New Jersey 08109 Contract Amount: Amount not to exceed $310,000.00 for two (2) vendors Funding Source: 2016 Budget/Department of Public Safety/Divisions of Police and Fire Account Line Codes: NW011, 090, 0901, 83830, B2016-Public Safety/Fire NW011, 080, 0801, 83830, B2016-Public Safety/Police Contract Period: To be established for a period not to exceed two (2) years Contract Basis: (X) Bid ( ) State Vendor ( ) Prof. Ser. ( ) EUS (X) Fair & Open ( ) No Reporta...
Sponsors: Council of the Whole

Title

Dept/ Agency:  Administration/Division of Central Purchasing

Action:  (   ) Ratifying     (X) Authorizing     (   ) Amending

Type of Service:  Bid Contract(s)

Purpose: Purchase of Ammunition

Description: Purchase of various ammunition for use by the Department of Public Safety’s Police and Fire Divisions

Entity Name(s)/Address(s):

1) Atlantic Tactical of New Jersey Inc., 763 Corporate Circle, New Cumberland, Pennsylvania 17070

2) Lawmen Supply Company of New Jersey, Inc., 7150 Airport Highway, Pennsauken, New Jersey 08109

Contract Amount: Amount not to exceed $310,000.00 for two (2) vendors

Funding Source:  2016 Budget/Department of Public Safety/Divisions of Police and Fire

Account Line Codes:

NW011, 090, 0901, 83830, B2016-Public Safety/Fire

NW011, 080, 0801, 83830, B2016-Public Safety/Police

Contract Period:  To be established for a period not to exceed two (2) years

Contract Basis: (X) Bid   (   ) State Vendor   (   ) Prof.  Ser.   (   ) EUS  

(X) Fair & Open   (   ) No Reportable Contributions   (   ) RFP   (   ) RFQ

(   ) Private Sale   (   ) Grant   (   ) Sub-recipient   (   ) n/a   

Additional Information: 

Advertised date: April 12, 2016

Bids Solicited: Two (2)

Bids Received: Two (2)

body

 

WHEREAS, on April 12, 2016, the City of Newark, through its Supervising Procurement Specialist, advertised to solicit bids for contractor(s) to provide to the City of Newark various ammunition for the Department of Public Safety’s Divisions of Fire and Police, as per the bid proposal attached hereto and made a part hereof; and

 

WHEREAS,                      the Division of Central Purchasing also distributed two (2) bid proposal packages to prospective vendors following the date of advertisement; and

 

WHEREAS, on April 28, 2016, the Division of Central Purchasing received two (2) bids (copies of which are attached hereto and made a part hereof) in response to this advertisement; and

 

WHEREAS, the Director of the Department of Public Safety, Divisions of Police and Fire, recommends that an award for the provision of various ammunition to the City of Newark be awarded to the following vendors: (1) Atlantic Tactical of New Jersey Inc., 763 Corporate Circle, New Cumberland, Pennsylvania 17070, and (2) Lawmen Supply Company of New Jersey, Inc., 7150 Airport Highway, Pennsauken, New Jersey 08109, which were the only responsive and responsible bidders; and

 

WHEREAS, the Supervising Procurement Specialist concurs with the recommendation by the Director of the Department of Public Safety, Divisions of Police and Fire, that a dual award for the provision of various ammunition to the City of Newark be awarded to the two (2) vendors dentified in the preceeding paragraph , which were the only responsive and responsible bidders; and

 

WHEREAS, pursuant to N.J.S.A. 40A:11-24, the responsive and responsible bidders consented to hold prices until such time as an award is made; and

 

WHEREAS, pursuant to N.J.S.A. 19:44A-20.5 et seq., solicitations through public bidding in accordance with N.J.S.A. 40A:11-1, et seq., meets the requirements of the fair and open process.

 

NOW, THEREFORE, BE IT RESOLVED BY THE MUNICIPAL COUNCIL OF THE CITY OF NEWARK, NEW JERSEY, THAT:

 

1.                          The Mayor and/or his designee, the Supervising Procurement Specialist, are authorized to enter into and execute contracts to purchase various ammunition from the only responsive and responsible bidders, whose bids were received on the advertised due date and were determined to be the only responsive and responsible bidders for the categories identified on the price schedules in accordance with the bid specifications. Specifically, the Mayor and or his designee, the Supervising Procurement Specialist, are hereby authorized to enter into and execute contracts to purchase [i] line item numbers 1, 2, 3, 4, 5 and 6 for year one (1) and year two (2), from Atlantic Tactical of New Jersey Inc., 763 Corporate Circle, New Cumberland, Pennsylvania 17070 and [ii] line item number 7 for year one (1) and year two (2) from Lawmen Supply Company of New Jersey, Inc., 7150 Airport Highway, Pennsauken, New Jersey 08109.  The terms of each contract will be established for two (2) years s, pursuant to N.J.S.A. 40A:11-3.

 

2.                     There shall be no amendments or change to these contracts without the approval of the Municipal Council by resolution.

 

3.                     There shall be no advance payment on these contracts in accordance with N.J.S.A. 40A:5-16. Pursuant to N.J.A.C. 5:30-5.5(d), funds for 2016 and subsequent years are contingent upon appropriations.

 

4.                     These are open-ended contracts to be used as needed during the terms of the contracts.  Thus, for any and all expenditures against these contracts, a certification of the availability of sufficient funds, as required by N.J.A.C. 5:30-5.5(b)(2), shall be executed before a contractual liability is incurred each time an order is placed  from account line(s)  NW011, 090, 0901, 83830, B2016, Public Safety/Fire and NW011, 080, 0801, 83830, B2016, Public Safety/Police, covering the amount of the order.  These contracts shall not exceed a total of Three Hundred Ten Thousand Dollars and Zero Cents ($310,000.00) for the two (2) vendors for two (2) years.

 

5.                     The Supervising Procurement Specialist shall file executed copies of  each contract in the Office of the City Clerk.

 

6.                     If required by State Law, the City Clerk shall provide the appropriate notice of the award of these contracts to the State Comptroller no later than twenty (20) business days following such award, in accordance with N.J.S.A. 52:15C-10 and the Notice of the Office of the State Comptroller dated May 7, 2008.

 

STATEMENT

 

This resolution authorizes the Mayor and or his designee, the Supervising Procurement Specialist, to enter into and execute two contracts, each having a two (2) year term, with Atlantic Tactical of New Jersey Inc., 763 Corporate Circle, New Cumberland, Pennsylvania 17070, and Lawmen Supply Company of New Jersey, Inc., 7150 Airport Highway, Pennsauken, New Jersey 08109, for the purchase of various ammunition as specified in the selected line item numbers of the vendors’ respective price schedules, at a cost not to exceed a combined total of Three Hundred Ten Thousand Dollars and Zero Cents ($310,000.00) for both vendors for two (2) years.