JUNE 09, 2016 - INV#066A (USAID/TITLE II)

WBSCM FREIGHT BID INVITATION# 2000004112

WBSCM COMMODITY BID INVITATION# 2000004111

GEODIS WILSON 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, JUNE 16, 2016 – 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.

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:

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 SEPT 05, 2016 BSS F.A.S. LOAD PORT DESIGNATIONS.

PLEASE REFER TO THE ACTUAL COMMODITY SOLICITATION FOR POTENTIAL SHIPPING
PERIODS BSS PLANT/BRIDGE DESIGNATIONS.

SEE CARGO DESCRIPTION ATTACHED.

NOTE:

FUMIGATION REQUIRED (EXCEPT VEG OIL)

FUMIGATION OF MOMBASA CARGOES MUST BE WITNESSED BY USDA/FGIS.

FUMIGATION CHARGE TO BE LISTED SEPARATELY IN OFFER.

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

CSB-SCP: CONTAINERIZATION REQUIRED – CY DELVY (TEUS) W/21 DAYS FREE TIME (2C).

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.

"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 —

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

If you have any questions regarding this notice, please contact Ms. Christine Karpinski at 202-567-4642.

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.
OFFERS BSS BREAK BULK ARE SUBJECT TO WFP C/P TERMS.
PLEASE CONTACT GW USA SHOULD YOU HAVE ANY QUESTIONS.
GEODIS WILSON (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

DETAILS AS FLWS:

KENYA/UGANDA: MOMBASA

MALAWI: BEIRA/NACALA

MOZAMBIQUE: BEIRA

SUDAN: PORT SUDAN

LINER IN NO D/D/D
LINER OUT NO D/D/D
CHOPT LINER OUT STACKED ONTO TRUCK OR INTO PORT WAREHOUSE NO D/D/D
CANCELLING SEPT 10, 2016

OWISE THE FLWG TERMS APPLY:
WFP PANEL BROKER TO BE DESIGNATED AT TIME OF BID
AMENDED WORLDFOOD 99 USA C/P.
FREIGHT PAYABLE 55 DAYS AFTER SIGNING/RELEASING CARGO RECEIPTS.
DRY CARGO SHIPS WORKABLE.
OWNERS TO PROVIDE NECESSARY GEAR TO DISCHARGE.
U.S. FLAG (FULL CARGO) TO SUBMIT RETURN CARGO RATE AND CONFIRM THAT
ALL NECESSARY COST DATA HAS BEEN MADE AVAILABLE TO MARAD.
ONE WAY RATE: AS PER WFP CP AMENDED RIDER CL. 49(d)
RETURN CARGO RATE: AS PER WFP CP RIDER CL. 49
ITINERARY FROM DAY OF OFFER FROM LOAD PORT(S) TO FIRST DISPT UNDER WFP C/P TO BE SUBMITTED AND FORM PART OF C/P.

IT IS A CONDITION OF THE CONTRACT THAT THE FIXTURE OF ANY PART-CARGO OTHER THAN RELIEF CARGO WILL BE SUBJECT TO PRIOR APPROVAL BY WFP. WITHOUT PREJUDICE TO ANY DAMAGES THAT WFP MAY CLAIM, FAILURE BY OWNERS TO COMPLY WITH THIS CONDITION WILL GIVE WFP THE RIGHT TO TERMINATE THE CONTRACT OR TO IMPOSE ON OWNERS A RATE REDUCTION OF USD 10.00 PER CONTRACTED MT, AS LIQUIDATED DAMAGES.

Point of Transfer as per USAID booking guidelines.

NEW CP CL. 48b Failure to Lift Cargo (Packaged):
If Owners fail to tender vessel and same is not accepted prior to cancelling date, whether or not the option to cancel or extend the CP is excercised, Owners shall be responsible for all expenses resulting from such failure including but not limited to pier or warehouse storage, rail and/or truck demurrage, inspection, fumigation and deterioration and re-procurement costs.

CP CL.42 AMENDED AS FLWS:

FLOUR FUMIGATION IN ACCORDANCE WITH EOD-83.

FUMIGATION CHARGE TO BE LISTED SEPARATELY IN OFFER WHERE APPLICABLE.

IF THE CARGO AND/OR THE VESSEL IS FOUND TO BE INFESTED AT THE DISCHARGE PORT AND PROVIDED CLEAN BILLS OF LADING/NNCRS WERE ISSUED, FUMIGATION TO BE AT CARRIERS TIME, RISK AND EXPENSE.

OWNERS TO LIAISE WITH GW USA TO ASCERTAIN EXACT CARGO READINESS AND PRESENT VESSEL ACCORDINGLY BUT NO LATER THAN CANCELLING DATE, PROVIDED CARGO IS AVAILABLE AT PORT(S) OF SHIPMENT. SHOULD CARGO NOT BE AVAILABLE, OWNERS ARE TO REQUEST AN EXTENSION OF CANCELLING.
FAILURE TO OFFER EXACTLY AS PER THE ABOVE TERMS WILL RENDER OFFER
NON-COMPLIANT AND AS SUCH WILL NOT BE CONSIDERED.
END BROKER REQUIREMENTS...
GW USA AS AGTS FOR WFP (FJT)
CC: USAID BULLETIN BOARD
WFP BROKER PANEL