GEODIS USA, INC. has floated a tender for Tender for Cargoes: U.S. and Non-U.S. Flag Offers for Transport of Pl-480 / Title Ii Program.. The project location is Burundi and the tender is closing on 28 Feb 2019. The tender notice number is 19.011, while the TOT Ref Number is 31014913. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Burundi

Summary : Tender for Cargoes: U.S. and Non-U.S. Flag Offers for Transport of Pl-480 / Title Ii Program.

Deadline : 28 Feb 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 31014913

Document Ref. No. : 19.011

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : GEODIS USA, INC.
Burundi Telephone: (877) 927-2648 Email: wbscmhelp@ams.usda.gov / oceantransportation@usaid.gov
Burundi
Email :wbscmhelp@ams.usda.gov / oceantransportation@usaid.gov

Tender Details

Request for proposals are invited for Cargoes: U.S. And Non-U.S. Flag Offers for Transport of Pl-480 / Title II Program.

Tender No. 19.011 Inv. 039 WFP Burundi & CAR.
Tender No. 19.011 Inv. 039 WFP Burundi & CAR.

FEB 21, 2019 - INV#039 (USAID/TITLE II)

WBSCM FREIGHT BID INVITATION# 2000005935

WBSCM COMMODITY BID INVITATION# 2000005934



GEODIS USA, ON BEHALF OF WORLD FOOD PROGRAMME, HEREBY REQUESTS U.S. AND NON-U.S. FLAG OFFERS FOR TRANSPORT OF THE FOLLOWING PL-480 / TITLE II PROGRAM CARGOES:


FREIGHT OFFERS ARE DUE THURSDAY, FEB 28, 2019 – 1000 HRS (CENTRAL)
KANSAS CITY TIME. LATE OFFERS WILL NOT BE CONSIDERED.



“FIRM OFFERS ONLY WILL BE CONSIDERED”


https://forums.info.usaid.gov/index.php?q=usaid-procurement-announcements/notices-trade


SUBMISSION OF FREIGHT OFFERS:



To determine lowest landed cost, all carriers are required to submit offers electronically for the cargoes advertised by this RFP via the U.S. Department of Agriculture (USDA) Web Based Supply Chain Management (WBSCM) system for the Solicitation Number(s) referenced above. All offers are subject to all requirements of WBSCM and of the afore-mentioned Solicitation(s), including the deadline(s) for submission of bids therein.



When submitting a freight proposal in WBSCM, the Carrier confirms their proposal is firm and in agreement with the terms and conditions of the freight solicitation(s). In the event a Carrier submits a freight proposal and withdraws the proposal after USDA receives and awards the commodity offers, the Carrier shall be responsible for all expenses resulting from the withdrawal including, but not limited to, re-procurement costs and additional freight costs.



All proposals will be evaluated on the rates submitted in WBSCM. Free form remarks are not evaluated and are for informational purposes only and to cover optional ports, optional discharge rates, etc.



The Web Based Supply Chain Management system can be accessed through the following website:



http://www.usda.gov/wps/portal/usda/usdahome?navid=WBSCM



Carriers must be assigned a USDA eAuthentication logon ID and password to access the WBSCM system. Contact the WBSCM Help Desk for information regarding logon IDs, passwords, and WBSCM system questions or concerns:



Telephone: (877) 927-2648

E-mail: wbscmhelp@ams.usda.gov



DETAILS:


CARGO COVERED UNDER THIS RFP IS ADVERTISED AS BREAK BULK UNLESS OTHERWISE NOTED.

LOAD: USDA APPROVED PORTS/PLANTS/BRIDGE POINTS AS PER KC-362
AVAIL: LATEST MAY 20, 2019 BSS F.A.S. LOAD PORT DESIGNATIONS

PLEASE REFER TO THE ACTUAL COMMODITY SOLICITATION FOR POTENTIAL SHIPPING
PERIODS.


SEE CARGO DESCRIPTION ATTACHED



NOTE:



FUMIGATION REQUIRED.



FUMIGATION CHARGE TO BE LISTED SEPARATELY IN OFFER.



FUMIGATION OF DAR ES SALAAM CARGOES MUST BE WITNESSED BY USDA/FGIS.



CONTAINERIZATION OF BEANS IS SUBJECT TO USAID CONTAINER LOADING
PROTOCOL / DESICCANT REQUIREMENT. CHARGE TO BE LISTED SEPARATELY IN OFFER.



REGULAR LINER SERVICE OFFER MUST INCLUDE FREQUENCY/ROUTING/TRANSIT TIME IN THE REMARKS SECTION.



SINGLE BOTTOM SERVICE OFFER MUST INCLUDE FULL VESSEL ITINERARY IN THE REMARKS SECTION.



THE PROGRAM RESERVES THE RIGHT TO REJECT ANY OFFER DEEMED UNWORKABLE DUE TO UNREASONABLY LONG TRANSIT TIMES. IN SUCH CASES, OWNERS SHALL BE INFORMED ACCORDINGLY PRIOR TO EVALUATION/AWARD.



SOLAS/VGM:



The International Maritime Organization (IMO) amended the Safety of Life at Sea Convention (SOLAS) to require, as a condition for loading a packed container onto a ship for export, that the container has a verified gross weight, called the Verified Gross Mass (VGM). This global requirement is effective on July 1, 2016. After this date, it will be a violation of SOLAS to load a packed container onto a vessel if the vessel operator and marine terminal operator do not have a VGM for each container. Ocean carriers offering container service, whether containerized for carrier convenience or containerizing to fulfill tender requirements, are responsible to engage in a weighing service, at the carrier’s time/risk/expense, to determine the VGM. It is the ocean carrier's responsibility to enter the VGM into their system and provide the VGM to the marine terminal operator, within all VGM deadlines. Any costs incurred due to late or inaccurate VGM submission, are for the ocean carrier’s account.



"The food shipped under this solicitation is provided under the authority of section 202(a) of the Food for Peace Act."



In awarding cargo under this solicitation, USAID will consider factors including the lowest landed cost, and the impact of any potential award on USAID’s ability to satisfy the requirements of statutes and regulations including the Cargo Preference Act. There have been significant changes to the Cargo Preference legislation. Offerors are encouraged to review the USAID notice on the same, available at:

https://forums.info.usaid.gov/index.php?q=usaid-procurement-announcements/notices-trade



All vessel substitution requests must be reviewed by USAID. The proposed substitute vessel should be of the same type as the originally awarded vessel. This applies to both U.S. and foreign flag vessel substitutions. The proposed substitute vessel must also appear on the applicable Maritime Administration U.S. or foreign flag vessel list which can be accessed using the following URL:

http://www.marad.dot.gov/ships_shipping_landing_page/cargo_preference/cargo_humanitarian_assistance/cargo_human_assistance_reports/Humanitarian_Food_Aid_Reports.htm
USAID Notice to the Trade dated July 22, 2009 - Freedom of Information Act Requests (FOIA):
Please be advised that effective immediately, all ocean carriers submitting freight proposals in response to P.L. 480 Title II freight RFPs for mark and count cargoes and/or bulk cargoes and/or overseas and/or domestic preposition cargoes must include one of the statements below in each freight offer submitted. Please note that this statement is required for each offer submitted. For offers submitted through WBSCM, one of the statements below must appear in the Free Form Remarks Section for each offer submitted. Each page of each offer submitted outside of WBSCM must include one of the following statements:

1. This freight proposal, whether successful or unsuccessful, contains trade secrets or commercial financial information which are privileged and confidential and exempt from disclosure under the Freedom of Information Act, 5 U.S.C. Section 552. Furthermore, this information is prohibited from disclosure under the Trade Secrets Act, 18 U.S.C. Section 1905.

— OR —

2. This freight proposal, whether successful or unsuccessful, may, in the future, be made public or released under a FOIA request.

For questions regarding this FOIA notice, please send inquires to Oceantransportation@usaid.gov

Transatlantic Barge Clause (W.AFR):



Towed barges will be considered in the Transatlantic Trade provided all cargo is containerized and stowed under deck. To qualify as “Under Deck” stowage, the containers must be stowed in a hold or compartment below the weather deck capable of being ventilated and allotted entirely to the carriage of cargo. It must be bound by permanent decks or bulkheads or the shell of the vessel, completely protected from salt spray and weather elements. No other stowage arrangement will be considered unless the carrier has received written notification from the shipper(s) and USAID providing approval for a specific vessel prior to that vessel participating in any Title II Transatlantic food aid shipments.



CENTRAL AMERICAN/CARIBBEAN BARGE CLAUSE:



IF A BARGE IS OFFERED FOR SERVICE, IT MUST BE OF SUCH A TYPE TO ADEQUATELY PROTECT THE CARGO, EITHER BY DESIGN, SUCH AS A HOUSE OR MULTI-DECK BARGE, OR BY USE OF PERMANENT BIN WALLS, PROVIDED THE COMMODITY IS CONTAINERIZED.



BREAK BULK TRANSSHIPMENT IS PROHIBITED.



OFFERS TO BE BASIS FULL LINER TERMS, NO DEM/DES/DET - BENDS PER GROSS METRIC TON.

OFFER "MUST" INCLUDE:

- VESSEL NAME/FLAG/VOY
- FULL ROUTING INCLUDING INTENDED LOADPORT AND RELAY PORT.
- ETD LOAD PORT
- ETA DISCHARGE PORT. IF RELAYED, OFFER TO INCLUDE ETA RELAY PORT.

FOR THOSE CARGOES REFLECTING MULTIPLE DISPT OPTIONS, FIRST DISPT LISTED IS
INTENTION WITH NO GUARANTEE AND WILL BE USED FOR FREIGHT ANALYSIS PURPOSES.



FOR CARGOES CONTAINERIZED AT CARRIERS CONVENIENCE – WFP B/N PART II
(2B) APPLIES AS FOLLOWS:

Containerized at Carrier's Convenience (CCC), delivered to Carrier's CFS
discharge port: If cargoes have been containerized for Carrier's convenience, the containers are to be discharged and moved to the Carrier's container freight station (CFS) where the Carrier is responsible to de-van the cargo and to deliver to the Receivers, loaded/stacked on Receiver's conveyance.

OFFERS BSS CCC/FCL ARE SUBJECT TO WFP BOOKING NOTE (JAN 01, 2005), AS AMENDED. *WFP REQUESTS SWB’s BE ISSUED IN LIEU OF OBL’s.

OFFERS BSS BREAK BULK ARE SUBJECT TO WFP C/P TERMS.

PLEASE CONTACT GEODIS USA SHOULD YOU HAVE ANY QUESTIONS.

GEODIS USA, INC. (F. TRIPODI)



***FOR WFP BROKER PANEL ONLY***

OFFERORS ARE REQUIRED TO SUBMIT BIDS ELECTRONICALLY VIA THE USDA WEB BASED SUPPLY CHAIN MANAGEMENT SYSTEM (WBSCM) WHICH CAN BE ACCESSED THROUGH THE FLWG WEBSITE:



http://www.usda.gov/wps/portal/usda/usdahome?navid=WBSCM



BURUNDI: DAR ES SALAAM / MOMBASA

C. AFR REP: DOUALA

LINER IN NO D/D/D

1. LINER OUT AND STACKED ON TO RECEIVERS TRUCKS ALONGSIDE SHIP NO D/D/D (TO BE USED FOR FREIGHT ANALYSIS PURPOSES)

2. CHOPT LINER OUT AND STACKED INTO PORT WAREHOUSE NO D/D/D (MIN 15 DAYS FREE TIME)

3. CHOPT LINER OUT AND STACKED INTO OWNERS’ STEVEDORES WAREHOUSE AND RELOADING ON TO RECEIVERS TRUCKS NO D/D/D (MIN 15 DAYS FREE TIME)

4. LINER OUT NO D/D/D

CHOPT TO LIFT COMBINATION OF OPTIONS

Documents

 Tender Notice