Philippines Award10-001B

IFB #:
10-001B
Tender Date:
Award Date:
Award Flag:
---
PVO:
Gov. of Philippines
Agent:
Trans Global Services (TGS)
Program:
Food for Progress

[FoodAid/FFP/images/ifb-header.html]

10-001B Philippines Re-Tender Award
December 14, 2009

Please post the following Freight Booking on your website.

Ref: Philippines FFP 2010 Program; FREIGHT RETENDER 10-001B
USDA KC Invitation 129B.
++++++
Carrier/ Owner : Sealift, Inc.
Vessel: MV HARRIETTE, Geared Bulk Carrier, Flag USA, Built 1978,
Service: All Ocean US Flag Direct P1 service.
Commodity and Quantity: Part Cargo 7,000 Min/Max Metric Tons Rice in 50 kg bags.
Load Port: FAS Lake Charles, Louisiana. (LC).
Discharge Port: Subic, Philippines. , ETA about 35 days after sailing last load port.
Cargo Availability NET Dec. 15, 2009/ NLT Jan 5, 2010. Vessels ETA load port Jan 2, 2010 wp/agw/uce.
Vessel will remain at load port until all the cargo is loaded on the vessel.
Terms: Full Berth Terms. As per the freight tender.
Freight Rate: US $ 160.00 per Metric Ton. Rate includes US$ 5 PMT for fumigation.
Otherwise as per Freight tender terms and Proforma Booking Note to apply.
End.

10-001B Philippines Re-Tender
December 10, 2009

FREIGHT RETENDER
Program:  Food For Progress (FFP)
Fiscal Year:  2010
Date:  December 10, 2009.
Freight Tender No:  GRP-10-001B
USDA/KCC Invitation No:  129B.
Account:  National Food Authority, (NFA) Government of The Republic of The Philippines(GRP).
Issued by:  Trans Global Services, L.L.C. (TGS).

TGS, FOR AND ON BEHALF OF THE EMBASSY OF THE PHILIPPINES , WASHINGTON DC FOR THE NATIONAL FOOD AUTHORITY/DEPARTMENT OF AGRICULTURE/GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES,(NFA/GRP), HEREBY REQUEST FREIGHT OFFERS FROM U.S. AND NON-U.S. FLAG VESSELS FOR TRANSPORT OF THE BELOW LISTED CARGOES UNDER THE USDA PL 480 FFP PROGRAM.

OFFERS FROM CONTAINER AND BREAK BULK VESSELS , LINER AND NON LINER VESSELS WILL BE CONSIDERED. TOWED BARGES ARE NOT ACCEPTABLE.

FREIGHT OFFERS ARE TO BE SUBMITTED IN WRITING VIA FAX OR EMAIL TO THE FOLLOWING ADDRESSES;
TRANS GLOBAL SERVICES LLC.
1600 WILSON BLVD. SUITE 1210
ARLINGTON VA. 22209
FAX NO; 703 312 0726
EMAIL; rsingh@transglobal-services.com.

And

USDA/FAS/OCBD
Transportation & Logistics Division.
1250 Maryland Ave. SW 4 th floor.
Washington DC
FAX 202 205 7840
Email; Edward.Roseberry@usda.gov.
Email: Amy.Harding@usda.gov.

FREIGHT OFFERS ARE TO BE SUBMITTED NO LATER THAN 1000 HRS (EASTERN TIME) DECEMBER 11, 2009.  LATE OFFERS WILL NOT BE CONSIDERED.  OFFERS WILL NOT BE READ IN PUBLIC.  ALL OFFERS ARE SUBJECT TO ALL THE REQUIREMENTS OF THE ABOVE MENTIONED INVITATION 129B AND THIS FREIGHT RETENDER.

CARGO DETAILS:
a. Ref No:  GRP-10-001B-01
Commodity:  Bagged Rice
Quantity:  7,000 Metric Tons
Pack size:  50 kg bags.
Load Port:  FAS Lake Charles (LC)
Load Availability Dates:  NET December 15 2009 and NLT Jan 5 , 2010 .
At Port Date - January 20, 2010.
Supplier:  Farmers Rice Milling Company Inc. Lake Charles, LA.

Additional Requirements:
1.  Ocean freight rate to be in US dollars per MT and must be all inclusive.  All inclusive rate must break out the following components:  Ocean freight, inland transportation (domestic), and in transit fumigation.

2.  Terms:  Full berth terms, all inclusive, no demurrage, no despatch, no detention on vessels, containers, rail cars, trucks and/or trailers (BENDS), unless stated otherwise in this tender.

3.  Discharge port:  Containerized shipments to be discharged at Manila and for Break Bulk vessels to discharge at Subic, Philippines.

4.  Discharge Terms:  Basis Booking Note Paragraph 2.A.i. for Break Bulk and Paragraph 2.A.ii for containerized shipment.  Container free time allowed at discharge port will be a minimum of 10 calendar days for the first 1,000 MT, thereafter 1 working day to be added for each additional 200 MT.

5.  Shipper will impose a loading delay assessment (LDA) of $ 1.00 per M/T reduction in freight rate per day or pro-rata.  The LDA will be assessed for each day or pro-rata, beyond the contracted load date, plus a fifteen (15) days grace period, that the vessel fails to present, and to be accepted, at the first (or sole) load port to load the cargo under this freight tender. LDA, if any, will be deducted from the freight payment.

6.  In-transit fumigation required for the bagged rice whether cargo transported in break bulk or in containers. Carrier to provide fumigation certifications for freight payment.

7.  Freight to be paid by USDA/CCC, 100% upon carrier submitting the freight payment documents in accordance with the Booking Note Part II Clause 18 (A) (iii) and (iv).  A complete set of copies of said documents also to be submitted separately to Shippers Freight Forwarder.  In addition to the document requirements stated above, carrier also to include the National Cargo Bureau certificate covering the sealing of the hatches (for break bulk vessels), the VLO Certificate and other certifications/ statements as required/listed in the special requirements clauses herein.

8.  If cargoes are containerized the following special note must apply: Each container should be inspected and has to be certified by FGIS as being (1) in wind-tight and water-tight condition for the intended voyage and possible long term open storage at discharge port (2) not more than 10 years old (3) not being a salvage container from previous owners/having been mustered out from regular service.  A survey report certifying/attesting to the above must be submitted with the other documentation required for payment of ocean freight.

9.  If cargo shipped in break bulk, vessel will be required to seal the hatches prior to sailing from the load port with the cargo under this booking note.  Carrier will be required to submit a National Cargo Bureau certificate stating that the appropriate hatches were sealed.

10.  Carriers are fully and solely responsible for any penalty assessed against the cargo by U.S. Customs enforced compliance program for outbound documentation due in whole or in part to carriers delay in verifying the final load count and providing said count to Trans Global Services, LLC.

11.  Evaluations and contract award: offers which do not comply with the mandatory requirements of the IFB, including but not limited to the minimums and maximums specified above, will not be considered.  Offers must include full particulars demonstrating the willingness and ability to meet these requirements.  Shipper reserves the right to award without discussions. Award(s) will be to the lowest responsible offeror meeting the mandatory requirements of this IFB.

12.  Section 408 of the U.S Coast Guard Authorization Act of 1998, Public Law 105-383 (46 U.S.C. Section 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 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 tender may be preference cargo, offerors must warrant that vessel(s) and owner/operators are not disqualified to carry such cargo(es).

13.  Commodity load port abbreviation as per USDA form KC-362.

14.  ISM and ISPS Code Compliance.  Carrier guarantees that this vessel, if required by the ISM (Non self-propelled barges are exempt), and ISPS code issued in accordance with International Convention for the Safety of Life at Sea (1974) as amended (SOLAS) complies fully with the International Safety Management (ISM) Code and the International Ship and Port Facilities Security (ISPS) Code and will remain so for the entirety of her employment under this booking note. Upon request, Carriers to provide Shippers 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.  Carriers are to remain fully responsible for any and all consequences from matters arising as a result of the Carrier or the vessel being out of compliance with the ISM and ISPS Code.

15.  Owners are required to provide the Shipper with copies of the performing vessel(s) Classification Certificate and vessel(s) P&I Club membership.

16.  The USDA Kansas City Commodity Office Notice to the Trade EOD-68 dated May 5, 2000 Change in VLO Requirements and Procedures is hereby incorporated.  A copy of notice can be obtained from the following FTP site:  http://www.fsa.usda.gov/daco/eod_notices/eod68.pdf . A copy of the VLO Certificate must be submitted as part of the freight payment package.

17.  If cargo and/or vessel/container(s) is found to be infested at discharge port and provided clean bills of lading were issued, fumigation to be at owners time, risk and expense.

18.  Offers from NVOCCs will not be considered.

19.  Shipper reserves the right to accept or reject any and all offers.

20.  All fixtures are subject to final approval by the shipper, USDA/KCCO/EOD and USDA/FAS/OCBD

21.  Total commissions 2.5%.  If offered direct, 2.5% to Trans Global Services, LLC. If offered through a broker, 2/3 of 2.5% to Trans Global Services, LLC and 1/3 of 2.5% to owners broker.

22.  Contract and payment terms:  Except to the extent provided above, the tender is subject to the US Food Aid Booking Note dated November 01, 2004, which are fully incorporated herein.

For further information call Trans Global Services, LLC. (703) 312-0725.
END

10-001B Philippines Cancellation
December 9, 2009

To All.
Please note the below referred Freight tender has been cancelled.

Program:  Food For Progress (FFP)
Fiscal Year:  2010
Date:  December 2, 2009.
Freight Tender No:  GRP-10-001B
USDA/KCC Invitation No:  129B.
Account:  National Food Authority, (NFA) Government of The Republic of The Philippines(GRP).
Issued by:  Trans Global Services, L.L.C. (TGS).

10-001B Philippines Tender
December 2, 2009

FREIGHT TENDER
Program:  Food For Progress (FFP)
Fiscal Year:  2010
Date:  December 2, 2009.
Freight Tender No:  GRP-10-001B
USDA/KCC Invitation No:  129B.
Account:  National Food Authority, (NFA) Government of The Republic of The Philippines(GRP).
Issued by:  Trans Global Services, L.L.C. (TGS).

TGS, FOR AND ON BEHALF OF THE EMBASSY OF THE PHILIPPINES, WASHINGTON DC FOR THE NATIONAL FOOD AUTHORITY/DEPARTMENT OF AGRICULTURE/
GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES,(NFA/GRP), HEREBY REQUEST FREIGHT OFFERS FROM U.S. AND NON-U.S. FLAG VESSELS FOR TRANSPORT OF THE BELOW LISTED CARGOES UNDER THE USDA PL 480 FFP PROGRAM:  FREIGHT OFFERS ARE DUE LATEST DECEMBER 7 , 1000 HRS (CENTRAL TIME).  LATE OFFERS WILL NOT BE CONSIDERED.  ALL OFFERS ARE SUBJECT TO ALL THE REQUIREMENTS OF FBES AND OF THE ABOVE MENTIONED SOLICITATION AND FREIGHT TENDER.

TO DETERMINE LOWEST LANDED COST, ALL CARRIERS ARE REQUIRED TO SUBMIT THEIR BIDS ELECTRONICALLY VIA THE FREIGHT BID ENTRY SYSTEM (FBES). FBES CAN BE ACCESSED THROUGH THE FLWG WEBSITE: https://indianocean.sc.egov.usda.gov/COS/Main
Note - Carriers must be assigned a logon ID and password to access FBES. Contact the following USDA individuals regarding logon IDs, passwords, and FBES questions or concerns:

Melvin Smith - (816)926-6212 (melvin.smith@kcc.usda.gov)
Alan Grote - (816)926-6078 (alan.grote@kcc.usda.gov)

EXPANSION OF TERMINAL DESIGNATIONS WITHIN THE PORT OF HOUSTON, TEXAS: Basis the cancellations of the Notice to the Trade EOD 150 and the USAID Notice to the Trade dated April 5, 2008 FAS allocated commodities at Houston and Jacinto; Houston will no longer be available as an approved delivery point. Offerors must select terminals within the Port of Houston, as listed in the Notice to The Trade Expansion of Terminal Designations Within the Port of Houston, Texas. This notice is posted on the USAID Ocean Notices website at http://www.usaid.gov/business/ocean/notices/. A complete list of delivery/bid point codes is available at
http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-ex-….
CARGO DETAILS:
a.  Ref No:  GRP-10-001B-01
Commodity:  Bagged Rice
Quantity:  7,000 Metric Tons
Pack size:  50 kg bags.
Load Point:  Carriers are encouraged to submit offers on any and all, FAS Points and Bridge Points as listed on the USDA documents Approved Ports/Terminals and the Form KC-362.
Load Availability Dates:  At Port Date - January 20, 2010.

Additional Requirements:
1.  Ocean freight rate to be in US dollars per MT and must be all inclusive.  All inclusive rate must break out the following components:  Ocean freight, inland transportation (domestic), and in transit fumigation.

2.  Terms:  Full berth terms, all inclusive, no demurrage, no despatch, no detention on vessels, containers, rail cars, trucks and/or trailers (BENDS), unless stated otherwise in this tender.

3.  Discharge port:  Containerized shipments to be discharged at Manila and for Break Bulk vessels to discharge at Subic, Philippines.

4.  Discharge Terms:  Basis Booking Note Paragraph 2.A.i. for Break Bulk and Paragraph 2.A.ii for containerized shipment.  Container free time allowed at discharge port will be a minimum of 10 calendar days for the first 1,000 MT, thereafter 1 working day to be added for each additional 200 MT.

5.  Shipper will impose a loading delay assessment (LDA) of $ 1.00 per M/T reduction in freight rate per day or pro-rata.  The LDA will be assessed for each day or pro-rata, beyond the contracted load date, plus a fifteen (15) days grace period, that the vessel fails to present, and to be accepted, at the first (or sole) load port to load the cargo under this freight tender.  LDA, if any, will be deducted from the freight payment.

6.  In-transit fumigation required for the bagged rice whether cargo transported in break bulk or in containers. Carrier to provide fumigation certifications for freight payment.

7.  Freight to be paid by USDA/CCC, 100% upon carrier submitting the freight payment documents in accordance with the Booking Note Part II Clause 18 (A) (iii) and (iv). A complete set of copies of said documents also to be submitted separately to Shippers Freight Forwarder.  In addition to the document requirements stated above, carrier also to include the National Cargo Bureau certificate covering the sealing of the hatches (for break bulk vessels), the VLO Certificate and other certifications/ statements as required/listed in the special requirements clauses herein.

8.  If cargoes are containerized the following special note must apply:  Each container should be inspected and has to be certified by FGIS as being (1) in wind-tight and water-tight condition for the intended voyage and possible long term open storage at discharge port (2) not more than 10 years old (3) not being a salvage container from previous owners/having been mustered out from regular service.  A survey report certifying/attesting to the above must be submitted with the other documentation required for payment of ocean freight.

9.  If cargo shipped in break bulk , vessel will be required to seal the hatches prior to sailing from the load port with the cargo under this booking note.  Carrier will be required to submit a National Cargo Bureau certificate stating that the appropriate hatches were sealed.

10.  Carriers are fully and solely responsible for any penalty assessed against the cargo by U.S. Customs enforced compliance program for outbound documentation due in whole or in part to carriers delay in verifying the final load count and providing said count to Trans Global Services, LLC.

11.  Evaluations and contract award: offers which do not comply with the mandatory requirements of the IFB, including but not limited to the minimums and maximums specified above, will not be considered.  Offers must include full particulars demonstrating the willingness and ability to meet these requirements.  Shipper reserves the right to award without discussions. Award(s) will be to the lowest responsible offeror meeting the mandatory requirements of this IFB.

12.  Section 408 of the U.S Coast Guard Authorization Act of 1998, Public Law 105-383 (46 U.S.C. Section 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 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 tender may be preference cargo, offerors must warrant that vessel(s) and owner/operators are not disqualified to carry such cargo(es).

13.  Commodity load port and intermodal point abbreviations as per USDA form KC-362. For any commodities allocated basis intermodal suppliers plant, vessel owners must comply with suppliers load and capacity capabilities.  When owners fail to comply with suppliers load capabilities, any costs incurred by CCC including but not limited to carrying charges, liquidated damages, storage, will be for the vessels account.  The owners must ensure that the containers are placed at the plant by the commencement of the suppliers shipping period and supply containers on a continuous basis until the supplier fulfills his contract quantity.  Owners are responsible to offer only for vendors who match owners capabilities.  Owners are encouraged to refer to KC-362 for the list of plant locations and capabilities.

14.  ISM and ISPS Code Compliance.  Carrier guarantees that this vessel, if required by the ISM (Non self-propelled barges are exempt), and ISPS code issued in accordance with International Convention for the Safety of Life at Sea (1974) as amended (SOLAS) complies fully with the International Safety Management (ISM) Code and the International Ship and Port Facilities Security (ISPS) Code and will remain so for the entirety of her employment under this booking note. Upon request, Carriers to provide Shippers 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.  Carriers are to remain fully responsible for any and all consequences from matters arising as a result of the Carrier or the vessel being out of compliance with the ISM and ISPS Code.

15.  Owners are required to provide the Shipper with copies of the performing vessel(s) Classification Certificate and vessel(s) P&I Club membership.

16.  The USDA Kansas City Commodity Office Notice to the Trade EOD-68 dated May 5, 2000 Change in VLO Requirements and Procedures is hereby incorporated.  A copy of notice can be obtained from the following FTP site:  http://www.fsa.usda.gov/daco/eod_notices/eod68.pdf . A copy of the VLO Certificate must be submitted as part of the freight payment package.

17.  If cargo and/or vessel/container(s) is found to be infested at discharge port and provided clean bills of lading were issued, fumigation to be at owners time, risk and expense.

18.  Offers from NVOCCs will not be considered.

19.  Shipper reserves the right to accept or reject any and all offers.

20.  All fixtures are subject to final approval by the shipper, USDA/KCCO/EOD and USDA/FAS/OCBD

21.  Total commissions 2.5%.  If offered direct, 2.5% to Trans Global Services, LLC.  If offered through a broker, 2/3 of 2.5% to Trans Global Services, LLC and 1/3 of 2.5% to owners broker.

22.  Contract and payment terms:  Except to the extent provided above, the tender is subject to the US Food Aid Booking Note dated November 01, 2004, which are fully incorporated herein.

For further information call Trans Global Services, LLC. (703) 312-0725.
END
 

Contact

New Tenders and Awards

2-TL@fas.usda.gov

Apply

All opportunities must be applied
for through WEBSCM.