city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 20-6329   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 11/5/2020
Posting Language: Ordinance approving a contract with The Armored Group, LLC, to provide one replacement ballistic resistant vehicle for the San Antonio Police Department for a total cost of $229,000.00. Funding is available from the FY 2021 General Fund Budget. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. Bid Response - The Armored Group, LLC, 2. Bid Tab, 3. Addendum I, 4. Draft Ordinance, 5. Ordinance 2020-11-05-0779

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Ballistic-Resistant Vehicle

 

SUMMARY:

 

An ordinance authorizing acceptance of an offer from The Armored Group, LLC to provide the San Antonio Police Department with one replacement Ballistic-Resistant Vehicle for a total cost of $229,000.00. This vehicle will be used by the Special Weapons and Tactics (SWAT) Team to respond to critical emergency situations during all outside operational phases of a tactical or rescue response. Funding is available from the FY 2021 General Fund Budget.

 

BACKGROUND INFORMATION:

 

The San Antonio Police Department (SAPD) SWAT Team is the only full-time Tier 1 team in the Alamo Area Council of Governments (AACOG) Region 18. A Tier 1 SWAT team responds to hostage rescue, barricaded armed individuals, sniper operations, high-risk warrant service, apprehension, security operations, terrorism response, special assignments and other incidents which exceed the capability and/or capacity of an agency’s first responders and/or investigative units. SWAT’s assignments are planned deliberate response and rescue operations.

 

SWAT is assigned two ballistic-resistant vehicles and utilizes them to respond to critical incidents, including but not limited to, active shooter situations, dignitary protection, natural/manmade disasters, high risk search and arrest warrants, and special events.

 

SWAT’s ballistic resistant fleet consists of two vehicles that are ten (10) and twenty-two (22) years old, respectively. The SAPD is seeking to replace the oldest ballistic-resistant vehicle to maintain its Tier 1 distinction utilizing the U.S. General Services Administration (GSA) cooperative contract.

 

ISSUE:

 

The SAPD briefed the Public Safety Committee regarding the mission and acquisition of this ballistic-resistant vehicle on October 20, 2020.

 

This unit will be purchased from The Armored Group, LLC utilizing U.S. General Services Administration (GSA) Contract number GS-07F-9375S under federal supply schedules of the United States General Services Administration in accordance with Texas Local Government Code § 271.103.

 

The Small Business Economic Development Advocacy (SBEDA) Ordinance requirements were waived due to the lack of small, minority, and/or women businesses available to provide these goods and services.

 

The recommended award is an exception to the Local Preference Program.

 

The Veteran-Owned Business Program does not apply to good/supplies contracts, so no preference was applied to this contract.

 

ALTERNATIVES:

 

Should this contract not be awarded, the SAPD SWAT Team’s ability to safely manage two incidents simultaneously will be negatively impacted if existing equipment is not replaced.

 

FISCAL IMPACT:

 

This ordinance accepts the offer from The Armored Group, LLC to provide one ballistic-resistant vehicle for the San Antonio Police Department for a total cost of $229,000.00. Funding is available from the FY 2021 General Fund Budget.

 

RECOMMENDATION:

 

Staff recommends the approval of the contract with The Armored Group, LLC. to provide one replacement ballistic-resistant vehicle to the San Antonio Police Department’s fleet for a total cost of $229,000.00.

 

This contract was procured based on cooperative purchasing and a Contracts Disclosure Form is not required.