Tender 23.017/ A/C WFP (USAID/TITLE II) BPA-2309
BPA-2309
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 CARGOES UNDER USAID’S BLANKET PURCHASE AGREEMENT:
OFFERS ARE DUE LATEST MONDAY, MAR 13, 2023 – 1100 HRS ET.
LATE OFFERS WILL NOT BE ACCEPTED.
CARGO DESCRIPTION:
WFP SI 7800010282 NIGERIA
UP TO 1850 NMT RUSF 150/100
LOAD: *SEE BELOW
AVAIL: APRIL 2023
DISCH: PORT HARCOURT OR ONNE WORKABLE
WFP SI 7800010295 MALI
UP TO 480 NMT RUSF 150/100
LOAD: *SEE BELOW
AVAIL: APRIL 2023
DISCH: LOME
WFP SI 7800010388 DR CONGO
UP TO 180 NMT RUSF 150/100 (OUT OF 730 MT)
LOAD: *SEE BELOW
AVAIL: APRIL 2023
DISCH: MATADI
WFP SI 7800010385 DR CONGO
UP TO 550 NMT RUSF 150/100
LOAD: *SEE BELOW
AVAIL: APRIL 2023
DISCH: DAR ES SALAAM
WFP SI 7800010360 BURUNDI
UP TO 60 NMT RUSF 150/100
LOAD: *SEE BELOW
AVAIL: MAY 2023
DISCH: DAR ES SALAAM
WFP SI 7800010433 NIGER
UP TO 240 NMT RUSF 150/100
LOAD: *SEE BELOW
AVAIL: MAY 2023
DISCH: LOME
*LOAD: OFFERS ARE REQUESTED BASIS RKIN – PLANT EDESIA,
RFIT – EX PLANT MANA, CY - NY/NJ AND CY - SAVANNAH FOR PROGRAM CONSIDERATION.
CONTAINERIZATION REQUIRED – CY DELVY W/30 DAYS FREE TIME (2C)
RUSF: RATES REQUESTED BASIS USD PER TEU & FEU ALL-INCLUSIVE.
DR CONGO (MATADI): MAX CARGO WEIGHT 17 MT PER TEU / 32 MT PER FEU.
FOR THIS PARTICULAR PRODUCT, OFFERS BASIS FOOD-GRADE CONTAINERS A/O FGIS INSPECTED CONTAINERS ARE ACCEPTABLE.
AWARD WILL BE MADE ON BEST VALUE TO THE PROGRAM, INCLUDING SERVICE, PAST PERFORMANCE & PRICE
NOTICE TO THE TRADE DATED JANUARY 31, 2023 “GHG EMMISSIONS REPORTING” IS FULLY INCORPORATED INTO THIS SOLICITATION. (CARRIERS ARE REQUESTED TO COPY GEODIS EMAIL (worldfoodops.ff.us@geodis.com
OFFER MUST CERTIFY THAT CARRIER WILL COMPLY WITH GHG EMISSIONS REPORTING IN ACCORDANCE WITH USAID NOTICE TO THE TRADE.
FIRM OFFERS ONLY WILL BE CONSIDERED.
https://forums.info.usaid.gov/
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/
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:
- 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 —
- 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."
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.
OFFER "MUST" INCLUDE:
- VESSEL/FLAG/VOY
- FULL ROUTING INCLUDING INTENDED LOAD PORT AND RELAY PORT(S).
- ETD LOAD PORT
- ETA DISCHARGE PORT
OFFERS BSS FCL ARE SUBJECT TO WFP BOOKING NOTE (JAN 01, 2005), AS AMENDED.
*WFP REQUESTS SWB’s BE ISSUED IN LIEU OF OBL’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:
PLEASE CONTACT US SHOULD YOU HAVE ANY QUESTIONS REGARDING SAME.
END.
GEODIS USA AS AGTS FOR WFP
CC: USAID BULLETIN BOARD
WFP BROKER PANEL