Cote d'Ivoire Tender Amendment 1

Agency: USDA Foreign Agricultural Service
State: Federal
Type of Government: State & Local
NAICS Category:
  • 115310 - Support Activities for Forestry
Posted Date: Jan 17, 2024
Due Date: Jan 18, 2024
Solicitation No: 23-008B
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Apply

All opportunities must be applied
for through WEBSCM .

IFB #:
23-008B
Tender Date:
01/11/2024 - 12:00 pm
Award Date:
---
Award Flag:
---
PVO:
TechnoServe (TNS)
Agent:
BKA Logistics
Program:
Food for Progress
Apply

All opportunities must be applied
for through WEBSCM .

23-008B Cote d'Ivoire Amendment 1

January 16, 2024

Amendment 1 – TechnoServe Inc Freight Tender IFB23-008B for Rice to Abidjan

The Freight tender is hereby amended as follows:

Freight offers are due no later than 1000 hours Central Time (1100 hours Eastern Time) January 18, 2024.

All other terms of the Freight IFB remain unchanged.

End.

23-008B Cote d'Ivoire Tender

January 12, 2024

Freight Tender: TechnoServe Inc, Bulk Rice to Abidjan, Cote d’Ivoire.

IFB No:23-008B

Date: January 11, 2024

BKA Logistics LLC., for and on behalf of TECHNOSERVE INC. (hereafter TNS),
requests firm offers of U.S. and non-U.S. flag geared vessels for the carriage of well
milled rice in bulk with empty bags, under the Food for Progress program on the
following basis:
BKA Ref No: F24-0005
IFB No.: 23-008B
Commodity Solicitation No. 2000009816
Freight Solicitation No. 2000009817
Agreement No: FCC-681-2023/008-00
Sales Order No: 5000891042

Freight offers are due no later than 1000 hrs Central time USA (1100 hrs Eastern Time)
January 17, 2024. Freight offers are to remain valid until 1700 hours Eastern time USA
January 19, 2024.

Only firm offers are to be submitted. Offers must be in accordance with the terms and
conditions of this Freight tender to be considered as valid offers.

Submission of freight offers:
All carriers are required to submit offers electronically, by the due date and time, for the
cargoes advertised by this IFB via the U.S. Department of Agriculture (USDA) Web
Based Supply Chain Management (WBSCM) system for the Invitation number(s)
referenced above. All offers are subject to all requirements of WBSCM and of the aforementioned
Invitation(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 E authentication 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: wbscm.servicedesk@caci.com
All proposals will be evaluated on the rates submitted in WBSCM. Free form remarks are
not evaluated and are for informational purposes only.
For Evaluation: Basis the total freight charges including bagging/ stacking cost into
Receiver’s designated port storage in port of Abidjan. Offeror to state in text of offer
alternative cost for option to deliver directly onto Receivers’ trucks alongside vessel at
Abidjan Port.
Freight payment: Freight payment shall be processed through the WBSCM system and
paid by USDA. Instructions for the freight payment procedures through WBSCM are
available from:
BKA Logistics LLC – Email: mark.millard@bkalogistics.net or rsingh@bkalogistics.net
1) Commodity / Quantity / Laydays:
Bulk Rice / 13,530 Metric Tons / February 25- March 5, 2024
Offerors are encouraged to offer the above TNS cargo in combination with the cargoes of
Lutheran World Relief of 11,280 MT bulk rice and SFL cargoes of 9,770 MT bulk well
milled rice with empty bags under separate IFBs.
Cargoes of TNS of 13,530 MT, LWR of 11,280 MT, and SFL of 9,770 MT can be
commingled provided they are loaded and supplied by the same supplier, same grade,
same quality, same purchase order, and same load terminal.
Otherwise, the cargoes are to be separated as follows:
Separation, if required, to be by vessel’s natural segregation or otherwise by Kobe-type
separation. Separation, if any, shall be at owner’s time, risk and expense. If Kobe
separation used, Owner must construct the separation so that fumigation of the cargo is
effective and the separation/ stowage must be approved by the National Cargo Bureau
(NCB), all at Owner’s time, risk and expense.
Offerors should consider offering vessels to carry a range of tonnages in the event that
quantity purchased is more or less than the quantity stated in this tender.
The contracted quantity to be on a min/max basis.
- Empty bags to be transported freight free on the same vessel as cargo carried.
- Empty bags delivery: See clause 28 below for full details of the requirement.
- Offerors are encouraged to review other Title II PL480 / USAID cargoes and USDA
program cargoes in the market for possible combination with this cargo.
- Abidjan, Cote d’Ivoire is to be the first port of discharge on TNS contracted vessels’
schedule.
2) If vessel is offered and or fixed basis Part Cargo - any completion cargo(es) must be
duly separated, must be compatible and non-injurious to TNS’s cargo, and must be
detailed in offer for TNS/USDA approval or approved by TNS/USDA if contracted after
fixture of TNS cargo. Vessel’s itinerary and geographic proximity of completion
cargo(es) will be taken into consideration by TNS/USDA in approval of such part
cargo(es) in order not to unduly impede delivery of TNS’s cargo to discharge port(s).
3) Offers of named vessels only. No vessel substitution is permitted without TNS/USDA
approval. Vessel type restrictions: Tankers, towed barges will not be considered. All
performing vessels must meet the port /terminal restrictions on Vessel LOA, Beam, and
arrival draft. Otherwise, the lightening clause of this tender takes effect.
4) Offerors are required to provide the following information: Vessel name / type / flag /
year built / class / LOA / beam / DWT / draft / gear (if any) / ETA at load and discharge
ports /full style of owners. Vessels must be in class at time of the offer and during the
voyage. Further, offeror to provide vessel’s ETA Load Port/Range, vessel voyage
itinerary, and ETA Abidjan, Cote d’Ivoire. Abidjan Cote d’Ivoire is to be the first port of
discharge on vessel’s schedule.
5) Loading: 1/2 safe berths each 1/2 safe port(s) any U.S. range. Mississippi River,
including but not north of Port Allen to be considered as one port; Columbia River
District including Portland to be considered as one port; San Francisco Bay area
including Sacramento and Stockton to be considered as one port. For offers basis U.S.
Great Lakes utilizing feeder vessels, offer to include name and details of feeder vessels.
6) Owners to provide fourteen (14) day preadvice of vessel readiness to load. Preadvice
notice must be received at the office of BKA Logistics LLC. Prior to 1100 hrs.
Washington DC time on regular business day to be considered received on that day. If
preadvice is received later than 1100 hrs. Washington DC time on regular business day –
or- on weekends /holidays, then preadvice notice will be considered received on the next
business day. In addition to sending preadvice notice to BKA, as above, owner must also
provide copy of their preadvice notice to USDA / KCCO Email:
carol.buchanan@usda.gov and justin.martinek@usda.gov .
7) Offers submitted under this invitation are required to have a cancelling date no later
than the last date of the laydays as stated above. Vessels which are offered with a
cancelling date beyond the laydays specified above will not be considered.
8) Discharge port: One safe berth, Abidjan, Cote d’Ivoire. Abidjan must be the first port
of discharge on vessel’s voyage itinerary/schedule.
Owners are fully responsible for vessel arriving at the discharge port within the
permissible draft and port restrictions. Vessel Owners to satisfy themselves about
prevailing restrictions and Charterers are not responsible for any failure thereto. Owners
are fully responsible for any and all costs in reaching permissible draft. If full or partial
lightening required see Clause 19 of this IFB.
9) Load terms: Cargo to be loaded according to berth terms with customary despatch at
the average rate as provided below based on vessels contracted quantity. The rates are
basis tons of 2204.6 pounds per weather working day of 24 consecutive hours, Saturdays,
Sundays and holidays excepted, even if used. (WWDSSHEXEIU). Any stowing and/or
trimming to be for Owner’s account.
Bulk carriers:
Vessel contracted Quantity Loading guarantee
0 – 9,999.99 MT 4,000 MT per day
10,000.00 – 19,999.99 MT 5,000 MT per day
20,000.00 – 29,999.99 MT 6,000 MT per day
30,000.00 – 39,999.99 MT 7,500 MT per day
40,000.00 – 49,999.99 MT 10,000 MT per day
50,000.00 MT and above 12,000 MT per day
Tween-deckers: the load guarantee shall be 3,000 MT per day.
No load guarantee for Lash / Seabee barges.
Prior to tendering the Notice of Readiness, the vessel must pass USDA FGIS stowage
examination inspection and NCB Load Readiness inspection. Charterer requires and
owner to provide the original USDA FGIS Vessel Stowage Examination certificate and
NCB load readiness certificate and not worksheets.
NB: Charterer/Receiver may require a Preshipment Inspection (PSI) per import
regulations. Said PSI shall be arranged and paid for by the Charterer/Receiver. Owner to
permit the PSI inspector to board and inspect vessel holds and witness the loading.
10) Discharging terms:
a) The cargo is to be discharged by the Vessel owner, liner out terms, no demurrage, no
despatch. Vessel owner shall bag the rice and stack onto Receivers’ trucks at the end of
the bagging line, alongside vessel, at Vessel Owner’s time, risk and expense.
Receivers/Buyers will provide sufficient trucks for a minimum cargo take-away from end
of bagging line at an average rate of 400 Metric Tons per day per working bagging
machine. Receivers/Buyers are responsible for any claims from Vessel Owner for slow
take-away due to insufficient truck capacity. Any claims by Vessel owner for slow takeaway
by Receiver/Buyer or for any claims of Receiver/Buyer for slow delivery of the
bagged rice by Vessel Owner, are to be settled directly between Receivers/ Buyers and
Vessel Owner. TNS will not be responsible for settling claims or disputes between Vessel
Owner and Receivers/ Buyers. The Vessel Owner is a third party beneficiary to enforce
the terms of this provision. All disputes between Receivers/Buyers and Vessel Owner
will be arbitrated in New York under the Society of Maritime Arbitrators Inc.
b) At Charterer/Receiver’s option, the cargo is to be discharged by the Vessel owner,
liner out terms, no demurrage, no despatch, bagged and stacked into port storage in the
port of Abidjan, Cote D’Ivoire. The port storage shall be identified by Receiver in
advance of vessel arrival at the discharge port.
11) At load port owner to appoint and pay for stevedores. At discharge port owner to
appoint and pay for stevedores. At discharge port owner to appoint and pay for the
Bagging Contractor. Owner to notify charterer the names and point of contact for the
appointed stevedores and bagging contractor at the discharge port when vessel files it’s
notice of readiness to load. This is required so that Receiver/Buyer have sufficient time to
coordinate truck schedules for takeaway of bagged rice at the discharge port.
12) At load port owner to appoint and pay for vessel’s agent. At the discharge port owner
to appoint and pay for the vessel’s agent.
13) Demurrage / despatch are applicable at load port only. Owners are to specify their
demurrage/despatch rates in their offer, Despatch rates must be one-half of demurrage
rates as quoted.
At discharge port there is no demurrage / no despatch. Cargo being discharged by the
vessel on Liner out terms. See Clause 10 for details
14) Laytime is non-reversible.
15) At load port (s) Laytime accounts are to be settled directly between owners and
commodity supplier(s). Laytime calculation, overtime and trimming to be in accordance
with addendum no 1 of the North American Export Grain Association’s FOB Contract
No 2 (revised as of May 1, 2000) clause nos. 1-10 inclusive (hereinafter referred to as
NAEGA) regardless of vessel type. Further, the following modifications to NAEGA will
apply: anywhere the word “buyer” appears, the words “vessel owner” is to be substituted.
Under no circumstance shall charterers or USDA/CCC be responsible for resolving
disputes involving the calculations of laytime or the payment of demurrage or despatch
between the vessel owner and commodity supplier. Any/all disputes between vessel
owner and supplier arising out of the contract relating to the settlement of laytime issues
shall be arbitrated in New York in accordance with the Int’l Arbitration rules of the
American Arbitration Association.
16) Foreign flag vessels must not be older than 15 years and must be classed highest in
Lloyd’s register or its equivalent – date of original construction, not rebuilt date, to
govern. Any extra insurance on account of vessel’s age, flag, ownership, type,
configuration or classification will be for owners account, but not exceeding New York
market rates for U.S. flag vessels and London rates for non-us flag vessels. NVOCC’s
may not be employed to carry U.S. flag or foreign flag shipments.
Special note:
For U.S. Flag Only - Should offered vessel be enrolled in an insurance program that
negates the overage premium requirement and or if Offerors assert that Overage
Insurance is not applicable, then offeror must include all documentary information and
certifications substantiating same. Such substantiation must be clear, specific and up to
date. Nevertheless, same is subject to review and acceptance by Charterers and Cargo
Receivers and does not guarantee relief of Owners’ obligation to pay for Extra Insurance
should Charterers / Receivers determine the substantiation to be insufficient to protect the
cargo interests.
For US Flag vessels over 15 years of age and ITB’s, owners are required to provide an
additional certificate from NCB certifying that vessel’s hatch covers and any other
openings leading to cargo compartments have been sealed to prevent any outside water
from entering the cargo spaces. Cost of sealing and special survey are for account of
owner and in no way diminishes owners’ liability and responsibilities toward the cargo.
17) Vessel gear requirements: Vessels must be capable of discharge by means of grabs
utilizing vessel gear. All discharge gear and equipment is to be supplied by owner at
owner’s expense. Owners to provide at their expense all necessary motive power/ fuel to
operate owner provided discharging gear. Use of vacuvators is prohibited.
Vessel gear provided by owner must meet all requirements of the discharge port
authorities.
18) Opening and closing of hatches to be carried out by vessel’s crew free of charge to
charterers. Mechanical or hydraulic hatch covers for vessels or rain tents for all hatches
are required.
19) Owners are responsible for vessel arriving at discharge port with an acceptable safe
arrival draft. If vessels draft exceeds such draft, owners to be fully responsible for any
and all costs incurred in reaching safe draft. Lightening, if any, to be performed in the
territorial waters of the country of the discharge port. Lightening daughter vessel utilized
must be single deck bulk carriers meeting port’s vessel restrictions. Daughter vessel must
be classed highest in Lloyds or equivalent and certified fit for receipt and carriage of bulk
cargo under the governing Charter Party by a first class independent surveyor.
Vacuvators cannot be used for lightening of bulk rice.
20) Vessel will be fumigated with an Aluminum Phosphide preparation in-transit, in
accordance with USDA/FGIS Handbook revised July 10, 2020 and any
subsequent revisions to said handbook. At final loading port, commodity supplier
will arrange and pay for in-transit fumigation performed by a certified applicator.
Fumigation will be witnessed by FGIS, USDA, and the Aluminum Phosphide
preparation must be contained in packaging as described in the fumigation
handbook. Dust retainers must be used. For tweendeckers and bulk carriers
(including push-mode ITB), the recirculation method of fumigation will be used.
Tween-deck/multi-deck vessels are acceptable only when a certified applicator states that
the vessel has been inspected and found to be suitable for in-transit fumigation.
USDA FAS Notice to the Trade titled “Cargo Fumigation Requirements”, Dated
February 16, 2023, are full incorporated herein, which includes Fumigation
Protocols for Bulk Cargo https://procurement.usaid.gov/node/8123
The removal and disposal of fumigant sleeves, pipes, dust retainers or other fumigation
materials used for intransit fumigation shall be for Owner’s time, risk, and expense.
At the discharge port and upon inspection by government inspectors, if cargo and/or
vessel is found to be infested and provided clean bill(s) of lading were issued, said
fumigation costs are for owner's (vessel's) time, risk and expense.
21) Owners guarantee that this vessel complies fully with the International Safety
Management (ISM) code and the International Ship and Port Facilities Security code
(ISPS). Upon request, owners to provide charterers with a copy of the relevant document
of compliance (doc) and Safety Management Certificate (SMC) in regard to the ISM
code and the International Ship Security Certificate (ISSC) in regard to the ISPS code.
Owners are to remain fully responsible for any and all consequences from matters arising
as a result of the owner or vessel being out of compliance with the ISM and ISPS code.
22) Section 408 of the U.S. Coast Guard Authorization Act of 1998, Public Law 105-383
(46 USC, Paragraph 2302(e)), establishes effective January 1, 1999, with respect to non-
U.S. flag vessels and operators/owners, that substandard vessels and vessels operated by
operators/owners of substandard vessels are prohibited from the carriage of government
impelled (preference) cargo(es) for up to one year after such substandard determination
has been published electronically. As the cargo advertised in this IFB is government
impelled (preference) cargo, offeror must warrant that vessel(s) and operator/owner are
not disqualified to carry such cargo(es).
23) One-way rates must be quoted in addition to round trip rates for U.S. flag non-liner
vessels whose date of original construction exceeds 15 years from date of fixture.
24) Approved U.S. flag rates will be reduced to a level no higher than the Maritime
Administrations fair and reasonable rate in the event that approved vessel is substituted
by a lower cost vessel to the U.S. government (including tug and/or barge).
For U.S. flag vessels loading less than a full cargo, the less than full cargo rate will be
subject to a reduction to meet any revised Maritime Administration freight rate guideline
due to vessel loading other additional cargo.
25) U.S. Flag vessels offered subject MARAD approval will not be considered. If
MARAD approval of vessel is required, it must be obtained prior to submission of offer.
Further U.S. flag offers will not be considered if the vessel operator has not provided the
maritime administration with the vessels costs prior to submission of offer.
26) Freight rates are to be quoted in U.S. dollars per metric ton on Liner Out terms
including cost of bagging and stacking cargo a) onto Receiver’s/Buyer’s trucks, alongside
vessel, option b) into receiver designated port storage. Said rate to be broken down into
Ocean Freight basis Liner Out and cost of bagging and stacking a) directly onto
Receiver’s/Buyer’s trucks alongside vessel, b) into port storage at the port of Abidjan,
Cote d’Ivoire.
Evaluation will be basis the total freight charges including bagging/ stacking cost into
port Receiver’s designated port storage in port of Abidjan.
Offeror to state in text of offer alternative cost for option to deliver directly onto
Receivers’ trucks alongside vessel at Abidjan Port.
Ocean freight shall be basis one load berth, one load port to Abidjan, Cote d’ Ivoire.
Offer to stipulate any additional freight per metric ton on entire cargo for each additional
load berth and each additional load port if used.
27) If owners intend to lighten, offer to specify the cost of lightening, and whether action
is full or partial lightening. If lightening is not performed at the discharge port and the
Vessel discharges at berth then the cost of lightening will be deducted from the ocean
freight.
28) Empty bags are to be delivered to Owners to Owners or their appointed agents Free
Alongside (F.A.S.) Point of Rest (Under Cover) at Owner's designated load berth.
Owners are to nominate load berth(s) for the empty bags within forty-eight (48) hours
after receipt of Charterers' nomination of load port(s) for the cargo. Owners' designated
load berth must provide a Point of Rest with under cover protection from the weather for
the empty bags. Owners will be responsible for any and all costs associated with placing
the empty bags aboard the vessel from their F.A.S. Point of Rest (Under Cover). Empty
bags, and if provided needles and twine, will be transported on vessel to destination(s)
freight free.
All bags must be double stitched at owner’s time, risk, expense.
29) On completion of loading Owner to release clean, signed on board bill of ladings to
Charterer’s agent BKA Logistics LLC by overnight courier at Owner’s expense.
The commodities will be loaded and shipped in bulk with the quantity determined by the
Official Grain Weight Certificate issued by USDA /FGIS on completion of loading. Bill
of Lading quantities and freight charges will be based upon the Official Grain Weight
Certificate(s) figures. Claims or demands for freight amounts that exceed the
aforementioned Bill of Lading weights will not be considered.
Charterer will require Bills of Lading to be marked “Freight Payable as Per Charter
Party” and may be made out To Order, blank endorsed by Shipper. Further, the
following cargo description or similar may be in the Bills of Lading, at Charterer’s
option: “US No 2 Rice, Max. 7% broken, not parboiled and well milled as per United
States Standards for Milled Rice. Packing: Bulk with empty 50 kilo bags, with additional
2% empty bag. Country of Origin: United States of America.”
Upon Vessel's arrival at discharge port(s) delivery will be allowed by the Owner's local
Agent against Charterer's or Charterer’s nominated Receivers’ letter(s) of indemnity in
lieu of the original Bill of Lading, if same is not received in time.
30)Port Restrictions due to COVID-19: In the event authorities do not permit the vessel
to enter the port, and/or grant Free Pratique, because of port quarantine procedures
related to COVID-19 restrictions and thus causing the vessel to be detained from entering
the port and discharging the cargo, such time lost shall be entirely for Vessel Owner’s
account and time.
Any delays or quarantine time due to determination of COVID-19 infection by any ship
personnel, and/or due to contamination of the vessel, the time to remedy and disinfection
of same, including vacating/re-berthing costs and shifting time, if the vessel was already
at/in berth/port, shall be entirely for vessel Owner’s account and time.
Any delays or quarantine time due to determination of COVID-19 infection by any
Buyer’s/Receiver’s personnel, Buyer’s/Receiver’s contractor and/or due to contamination
of the discharging and/or storage facilities at port of discharge, the time to remedy and
disinfection of same, including vacating/reberthing costs and shifting time, if the vessel
was already at/in berth/port, shall be entirely for Buyer’s account and time.
31) TNS reserves the right to accept or reject all offers.
32) Commission: 1.67 percent on freight / deadfreight is payable to charterer’s agent
BKA Logistics LLC.,
33) All offers must be in accordance with this IFB and to the terms and conditions of the
current Technoserve Inc. Bulk Grain Charter Party proforma.
34) Offers to be submitted electronically through the WBSCM no later than 10.00 hours
Central time USA on January 17, 2024. Only offers which are responsive to this IFB will
be considered and no negotiation is permitted. Only firm offers will be considered. Offers
are to remain valid until 1700 hrs. Washington DC time on January 19, 2024. Fixtures
resulting from this tender are subject to approval by TNS and USDA.
For further information regarding this specific tender contact:
BKA Logistics LLC, 1629 K Street NW, suite 500, Washington DC 20006.
Phone: 202-331-7395 telefax: 202-331-7735,
Email: mark.millard@bkalogistics.net
Email: rsingh@bkalogistics.net .
End

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Aquatic Herbicide Treatment for the Control of Milfoil, Hopkinton Lake, Hopkinton, NH

Federal Agency

Follow FY24 Multiple Award Environmental Services (MAES) Multiple Award Task Order Contract (MATOC)

DEPT OF DEFENSE

Bid Due: 5/10/2024

Follow Optimized Remediation Contract (ORC) at Vandenberg SFB (VSFB). This remediation will involve

DEPT OF DEFENSE

Bid Due: 5/24/2024

Follow FD2020-22-00094 Active Contract Opportunity Notice ID Related Notice Department/Ind. Agency DEPT OF

DEPT OF DEFENSE

Bid Due: 1/19/2027