You are here

Tender 23.012 REQUEST FOR PROPOSAL - DJIBOUTI PREPO A/C WFP (USAID/TITLE II) DJP-2304

Starting from June 16, 2023, we will be migrating to a new website www.usaid.gov/procurement-announcements where all future solicitations will be posted. During this transition period, we kindly request you to continue using this current site to access both new and historical solicitations. Thank you for your patience and cooperation.

1 post / 0 new
jtahmas
Offline
Last seen: 1 day 6 hours ago
Joined: 01/12/2012 - 14:36
Tender 23.012 REQUEST FOR PROPOSAL - DJIBOUTI PREPO A/C WFP (USAID/TITLE II) DJP-2304

Tender 23.012 REQUEST FOR PROPOSAL - DJIBOUTI PREPO A/C WFP (USAID/TITLE II) DJP-2304

DJP-2304 

 

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 EMERGENCY CARGOES EX USAID/DJIBOUTI PREPOSITION PROGRAM: 

 

OFFERS ARE DUE LATEST WEDNESDAY, FEB 15, 2023 – 1100 HRS ET.  

LATE OFFERS WILL NOT BE ACCEPTED  

  

CARGO DESCRIPTION: 

 

WFP SI 7800010154 SOUTH SUDAN SO 5000806512 

UP TO 600 NMT VEG OIL 6/4L (PALLETIZED / SHRINK-WRAPPED) ABT 41 TEUS 

LOAD: DJIBOUTI 

AVAIL: PROMPT 

DISCH:  MOMBASA 

*CONTAINERIZATION REQUIRED – CY/CY W/30 DAYS FREE TIME. 

 

WFP SI 7800010161 SOUTH SUDAN SO 5000806513 

UP TO 1100 NMT VEG OIL 6/4L (PALLETIZED / SHRINK-WRAPPED) ABT 75 TEUS 

LOAD: DJIBOUTI 

AVAIL: PROMPT 

DISCH:  MOMBASA 

*CONTAINERIZATION REQUIRED – CY/CY W/30 DAYS FREE TIME. 

 

NOTE:  

 

OFFER TO SPECIFY LOADING TERMINAL IN DJIBOUTI. 

  

ALL FCL OFFERS MUST INCLUDE VSL CUT OFF DATE/TIME AS WELL AS CONFIRMATION OF IMMEDIATE FOOD-GRADE EQUIPMENT AVAILABILITY OR OFFER WILL BE CONSIDERED NON-RESPONSIVE.  

 

*** 

Kindly make sure to relay to shipping Lines that it is their responsibility to ensure releasing only Food Grade containers with no damage on the container under structure. 

  

During last BHA/USAID visit to Djibouti, we have discussed matter with DCT & DCS Management and both confirmed that they can ensure only Food Grade containers are released for USAID export if Shipping Lines are clear and precise on their requirements. 

  

BMMI upon receipt of ERO from shipping Line, would send our transporter to pick up the empty Container which are supposedly meeting above conditions. Empty Containers upon arrival would be inspected by BMMI, WFP Surveyor, USAID Surveyor, BMMI Surveyor and the fumigator. 

  

  • If container (A) is found fit for USAID cargo, BMMI upon stuffing & fumigating (where applicable) it would ensure delivering the full container (A) to port full as per our normal scope of work. 
  • If container (A) is found not fit for USAID cargo, container would be rejected and BMMI will NOT return it to Shipping Line.
    • It is the responsibility of the Shipping Line to pick up the rejected container (A) and replace it with another Food Grade container (B). 
    • Shipping Line would need to arrange by its own means without any involvement from BMMI the replacement empty Food grade container (B) and take back the rejected container (A). 
    • Once the replacement container (B) is accepted after the inspection, stuffing & fumigation (where applicable) would take place and BMMI would deliver the full container (B) to port for export. 

*** 

 

AWARD WILL BE MADE ON BEST VALUE TO THE PROGRAM, INCLUDING SERVICE, PAST PERFORMANCE & PRICE. 

 

IF CARGO IS AWARDED TO A CONTAINER OPERATOR, USAID MAY GIVE PREFERENCE TO CARRIERS WITH EQUIPMENT ALREADY IN THE FREE ZONE AND/OR AT BMMI’s FACILITY. 

 

FIRM OFFERS ONLY WILL BE CONSIDERED. 

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

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

 

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

CY/CY - RATES REQUESTED BSS USD PER TEU ALL-INCLUSIVE, INCLUDING 

ORIGIN THC, WHARFAGE AND ANY OTHER LOCAL CHARGES WHETHER OR NOT  

CUSTOMARILY FOR CARGO ACCT. 

30 DAYS FREE TIME REQUIRED AFTER WHICH DEMURRAGE IS APPLICABLE AT THE RATE OF USD USD 10.00/TEU PER DAY. 

 

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

 

OFFER MUST INCLUDE: 

  

- VESSEL NAME/FLAG/VOY 

- ETA DJIBOUTI 

- ETA DISCHARGE PORT, IF RELAYED, OFFER TO ALSO INCLUDE ETA RELAY PORT(S). 

 

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

EMAIL OFFERS TO: 

GEODIS USA
ATTN: F.TRIPODI
EMAIL: 

frank.tripodi@geodis.com

Valerie.nettles@geodis.com

worldfoodops.ff.us@geodis.com

PLEASE CONTACT US SHOULD YOU HAVE ANY QUESTIONS REGARDING SAME.   

GEODIS USA AS AGTS FOR WFP 

  

CC: USAID BULLETIN BOARD  

       WFP BROKER PANEL