August 1, 2014

Partial retender14.069 Food for the Hungry DRC

Partial retender of Invitation 074C (also known as 2000002564) Food for the Hungry DRC

To: Ocean carriers with service to East Africa or Red Sea

As freight forwarders for the shipper, Food for the Hungry, Inc., we request proposal of freight rates, Foreign, and U.S. flag, under full liner terms, for the following cargoes, being shipped through USAID under PL480, Title II Cargoes.

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

WBSCM FREIGHT SOLICITATION NUMBER: 2000002655

WBSCM COMMODITY SOLICITATION NUMBER: 2000002654

SUBMISSION OF FREIGHT OFFERS:

All carriers are required to submit offers for the cargo advertised by the RFP outside WBSCM and send directly to Missionary Expediters, Inc., by email: and Freight offers are due no later than ( Tuesday Aug. 5th ) 10 A.M. Central Time ( 11:00 A.M. U.S. Eastern time )

AVAILABILITY/AT PORT DATE FOR COMMODITY DELIVERIES F.A.S. VESSEL FOR SOLICITATION 2000002655 CARGO IS 10/05/14 – 10/20/2014. THE POTENTIAL SHIPPING PERIODS FOR BIDS AT THE PLANT OR BRIDGEPOINT LOCATIONS CAN BE FOUND IN THE COMMODITY SOLICITATION.THE AVAILABILITY/AT PORT AND SHIPPING PERIODS ARE THE

CONTRACTUAL REQUIREMENT OF THE SUPPLIER(S), SUCCESSFUL OCEAN CARRIER(S) ARE ENCOURAGED TO COORDINATE WITH SUPPLIER(S) TO ENSURE A SMOOTH LOADING AND/OR TRANSFER OPERATION.

Ref: 41214

Commodity: Veg Oil

Delivery: Dar es Salaam

Weigh: 40 MT

Pkg: 6/4 L

Commodity Availability: RHOU

Ref: 41215

Commodity: Veg Oil

Delivery: Dar es Salaam

Weigh: 30 MT

Pkg: 6/4 L

Commodity Availability: RHOU

TOTAL: 70 mt to Dar es Salaam.

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:

Only firm offers will be accepted. Offers that contain "subjects" will be considered non-responsive.

OFFER "MUST" INCLUDE:

- VESSEL/FLAG/VOY
- FULL ROUTING INCLUDING INTENDED LOAD PORT AND RELAY PORT(S).
- ETD LOAD PORT
- ETA DISCHARGE PORT

USAID Notice to the Trade dated July 22, 2009 - Freedom of Information Act Requests (FOIA):

All proposals are to be subject to the terms and conditions of the “U.S. Food Aid Booking Note for Packaged Commodities Part II, dated November 1, 2004, except the extent that these terms and conditions are superseded by any exceptions, modifications, or additional terms defined hereinafter. Copies of these terms and conditions may be obtained from Missionary Expediters, Inc.. Carrier is responsible for any losses and additional damages as a result of failure to abide by this tender and Booking Note requirements.

Vessel owners must arrange and pay for the Fiche Electronique de Renseignments a I' importation (FERI) which is required for all above commodities that are destined for D.R. Congo, and cost for same must be included and identified in the rate quote. Any penalties associated with the vessel owner's failure to obtain FERI will be for vessel owner's account.

Please provide all-inclusive rates from availability points to the delivery points under Full Liner Terms. Cargoes are offered as breakbulk. Discharge Terms are as described in paragraph 2(A)i ccc of the U.S. Food Aid Booking Note. Express rates per metric ton. If container service is proposed, it will be at carriers convenience; therefore, such rates should be CFS-CFS (carrier responsible for vanning and devanning). Rates which include costs for services other than port to port ocean transportation must include a breakdown of the ocean charge component and each of the following other charges, as applicable: domestic inland transportation, foreign inland transportation, fumigation, or destination bagging. Rates should include freight brokerage of 2.5% on the gross rate. For the vessel(s) involved, indicate the current position, the scheduled estimated time of loading, flag, whether containerized, the departure port, the transit time, its full itinerary, and minimum overall tonnage requirement, if any. No minimum bill of lading quantities or charges or minimum container quantities or charges to apply.

It is preferable that A cargo under a reference number is to be discharged from one vessel (preferably no partial deliveries to discharge port).

EXPANSION OF TERMINAL DESIGNATIONS WITHIN THE PORT OF HOUSTON, TEXAS

Effective with Title II Invitation 028 issued on January 23, 2008, the Notice to the Trade EOD-150 (Pilot Program for Load Port Surveys and Processed Commodity Bidding Basis Houston, Texas) is cancelled. USAID Notice to the Trade dated April 5, 2006 “F.A.S. Allocated Commodities at Houston and Jacinto” is also rescinded. This means that beginning with INV 028, Houston will no longer be available as an approved delivery point. Offerors must select terminals within the Port of Houston as listed in Notice to the Trade: Expansion of Terminal Designations Within The Port Of Houston, Texas. The notice is posted on the USAID Ocean Notices website at A complete list of delivery/bid point codes, including the new Houston delivery/bid point codes, is available at:

Transatlantic Barge Clause:

Towed barges will be considered in the Transatlantic Trade provided all cargo is containerized and stowed under deck. No other stowage arrangement will be considered.

The ocean carrier must conform to the provision of the Container Loading Protocol prescribed for containerized bagged beans and bagged whole corn. The primary intent of the protocol is to ensure the protection of the aforementioned commodities from condensation-induced losses. Under the protocol, source loading or trans-loading of the commodities will be limited to “20 foot containers”. This Notice To The Trade and its attachments can be viewed from the USAID Ocean Transportation web page at

USAID requires a standard size USAID flag and a USAID banner with revised logo and brand mark, which detail is on to be displayed on vessels carrying USAID funded cargoes.

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:

Bids must be received by Tuesday August 05, 2014, 10:00 AM Central Time.

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 at202-567-4642

Regards,

Mike Ludwick

Missionary Expediters

5620 Tchoupitoulas Street

New Orleans LA 70115

Tel: 504 891 6300

Fax: 504 891 6365 or 504 891 0742

Email: and