Rwanda 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 31, 2024
Due Date: Feb 2, 2024
Solicitation No: 20-051P
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 #:
20-051P
Tender Date:
01/30/2024 - 12:00 pm
Award Date:
---
Award Flag:
---
PVO:
World Food Programme
Agent:
Geodis USA
Invitation #:
024
Program:
McGovern-Dole Food for Education Program
Apply

All opportunities must be applied
for through WEBSCM .

20-051P Rwanda Addendum 1

January 31, 2024

ADDENDUM NO 01

INSERT:

MOMBASA: MAX 25 MT PER CONTAINER (GROSS CARGO WEIGHT + TARE)

END

GEODIS USA LLC AS AGENTS FOR WFP

20-051P Rwanda Tender

January 30, 2024

JAN 30, 2024 - INV#024 (USDA/FFE) IFB NO. 20-051P

WBSCM FREIGHT BID INVITATION# 2000009840

WBSCM COMMODITY BID INVITATION# 2000009839

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 USDA/FFE CARGOES:


FREIGHT OFFERS ARE DUE FRIDAY, FEB 02, 2024 – 1000 HRS (CENTRAL)
KANSAS CITY TIME. LATE OFFERS WILL NOT BE CONSIDERED

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.

“FIRM OFFERS ONLY WILL BE CONSIDERED”

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: WBSCM.SERVICEDESK@CACI.COM

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: APR 20, 2024 (EXCEPT RICE MAY 05, 2024) BSS F.A.S. LOAD PORT DESIGNATIONS.

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


CARGO DESCRIPTION:

WFP SI 7800011761 RWANDA SO 5000892610

600 MT RICE 50K

DISCH: MOMBASA

WFP SI 7800011762 RWANDA SO 5000892617

60 MT VEG OIL 6/4L

DISCH: MOMBASA

NOTE:

VEG OIL: PALLETIZED / SHRINK-WRAPPED.

CONTAINERIZATION REQUIRED - CY DELVY W/30 DAYS FREE TIME (2C)

FUMIGATION REQUIRED (EXCEPT VEG OIL)
FUMIGATION OF MOMBASA CARGO MUST BE WITNESSED BY USDA/FGIS.

THE FOLLOWING USDA/USAID NOTICES TO THE TRADE ARE FULLY INCORPORATED INTO THIS SOLICITATION.

“Prohibition of Methyl Bromide as a Fumigant”

https://www.usaid.gov/node/490026

“Container Fumigation- Phosphine”

https://www.usaid.gov/node/490036

“Container Fumigation- Sulfuryl Fluoride”

https://www.usaid.gov/node/490061

“Bulk Vessel Fumigation with Phosphine”

https://www.usaid.gov/node/490041

“Pre-treatment of Containers for carrying packaged Food Aid Cargoes”

https://www.usaid.gov/node/490051

"Bag Stowage Protocols for Containers"

https://www.usaid.gov/node/490056

OFFER MUST CERTIFY THAT CARRIER WILL COMPLY WITH PRE-TREATMENT OF CONTAINERS AND FUMIGATION IN ACCORDANCE WITH USDA/USAID NOTICES TO THE TRADE (WHERE APPLICABLE).

FUMIGATION CERTIFICATES REQUIRED INCLUDING SULFURYL FLOURIDE AND PHOSPHINE FUMIGATION MEASUREMENTS LOGGED DURING THE COURSE OF FUMIGATION FOR EACH CONTAINER. SUCH IS TO BE PROVIDED TO GEODIS UPON COMPLETION OF THE FUMIGATION PROCESS AND PRIOR TO LIFTING ON BOARD VESSEL.

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.

In awarding cargo under this freight tender, USDA/FAS will consider factors including lowest-landed cost and the impact of any potential award on FAS'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 FAS notice on the same, available at: http://www.fas.usda.gov/excredits/ifb/default.htm .

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.

RE: 1(C) INTERMODAL – BRIDGE – POINT OF ORIGIN (POO)

DELETE: "If trucks are to be used to transport the cargo to the bridge point, then the freight tender must provide this information"

*WFP REQUESTS SWB’s BE ISSUED IN LIEU OF OBL’s.

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

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 USDA/FAS providing approval for a specific vessel prior to that vessel participating in any Food for Progress and McGovern-Dole International Food for education and Child Nutrition program 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.

PLEASE CONTACT GEODIS USA SHOULD YOU HAVE ANY QUESTIONS.

***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:


RWANDA: MOMBASA

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 CHARTERER’S DESIGNATED PORT WAREHOUSE NO D/D/D.

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 SUCH AS 1 PLUS 2 OR 3

STORAGE: MIN 15 DAYS FREE TIME BASIS MAX 10,000 MT. ADDITIONAL 1 DAY FOR EACH AND EVERY 1,000 MT OVER AND ABOVE 10,000 MT.

CANCELLING 5 DAYS PAST LATEST AT PORT DATE


OWISE THE FLWG TERMS APPLY:

WFP PANEL BROKER TO BE DESIGNATED AT TIME OF BID

AMENDED WORLDFOOD 2017 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...

GEODIS USA AS AGTS FOR WFP

CC: USDA WEBSITE
WFP BROKER PANEL

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