Guatemala Award10-015P

IFB #:
10-015P
Tender Date:
Award Date:
Award Flag:
---
PVO:
Share de Guatemala
Agent:
Muller Shipping Corporation
Invitation #:
---
Program:
McGovern-Dole Food for Education Program

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


 

10-015P Guatemala Award
March 10, 20110

10-015P Guatemala Awards

140 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $189.00 (Ocean $175.00 / Non-Ocean $14.00)

70 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $189.00 (Ocean $175.00 / Non-Ocean $14.00)

70 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $189.00 (Ocean $175.00 / Non-Ocean $14.00)

10 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $189.00 (Ocean $175.00 / Non-Ocean $14.00)

270 NMT MR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $179.00 (Ocean $175.00 / Non-Ocean $4.00)

330 NMT MR - Bags (50 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $179.00 (Ocean $175.00 / Non-Ocean $4.00)

540 NMT CSB - Bags (25 Kg)
FAS Vessel Port: Lake Charles, LA
Discharge Port: Santo Tomas
Ocean Carrier: Schuyler Line Navigation
Vessel/Flag: EOT Spar / USA (P1)
Booked Rate/GMT: $179.00 (Ocean $175.00 / Non-Ocean $4.00)

230 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Jacintoport, TX
Discharge Port: Santo Tomas
Ocean Carrier: Seaboard Marine
Vessel/Flag: Spica / LIB (P3)
Booked Rate/GMT: $137.00 (Ocean $120.00 / Non-Ocean $17.00)

80 NMT PBL-DR - Bags (50 Kg)
FAS Vessel Port: Jacintoport, TX
Discharge Port: Santo Tomas
Ocean Carrier: Seaboard Marine
Vessel/Flag: Spica / LIB (P3)
Booked Rate/GMT: $137.00 (Ocean $120.00 / Non-Ocean $17.00)

300 NMT VO - Cartons (6/4-Litre-P)
Intermodal - Bridge: Chicago, IL
Discharge Port: Santo Tomas
Ocean Carrier: CMA-CGM America
Vessel/Flag: Stadt Berlin / ANT (P3)
Booked Rate/GMT: $181.00 (Ocean $131.00 / Non-Ocean $50.00)

10-015P Guatemala Tender
October 8, 2010

Freight Tender

Program: McGovern-Dole Food for Education
Date: October 8, 2010
IFB Number: 10-015P
Solicitation Number: 100A
Issued By: Muller Shipping Corporation
On Behalf of: SHARE Guatemala

To determine lowest landed cost, all carriers are required to submit offers electronically for the cargoes advertised by this tender via the USDA Freight Bid Entry System (FBES) for the Solicitation Number(s) referenced above. All offers are subject to all requirements of FBES and of the afore-mentioned Solicitation(s), including the deadline(s) for submission of bids therein. Freight offers are due no later than 10:00 a.m. U.S. Central Time (11:00 a.m. U.S. Eastern Time) on October 14, 2010.

Availability/At Port Date for commodity deliveries F.A.S. vessel for this Solicitation is January 5, 2011 but supplier contracts for delivery may allow for earlier shipment from origin points. The potential shipping periods for bids at the plant or bridgepoint locations can be found in the commodity solicitation. Carriers awarded cargo bookings will be required to provide an acceptable vessel loading schedule and to receive cargoes in accordance with USDA-supplier contractual shipping dates and delivery terms.

FBES can be accessed through the following website:
https://indianocean.sc.egov.usda.gov/COS/Main

Carriers must be assigned a logon ID and password to access FBES. Contact the following 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

Effective with Title II Invitation 028 issued on January 23, 2008, the Notice to the Trade EOD-150 (Pilot Program for Load Port Surveys and Processed Commodity Bidding Basis Houston, Texas) is cancelled. USAID Notice to the Trade dated April 5, 2006 “F.A.S. Allocated Commodities at Houston and Jacinto” is also rescinded. This means that beginning with INV 028, Houston will no longer be available as an approved delivery point. Offerors must select terminals within the Port of Houston as listed in Notice to the Trade: Expansion of Terminal Designations Within The Port Of Houston, Texas. The 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, including the new Houston delivery/bid point codes, is available at: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-ex-…

CARGO DESCRIPTION:

FARES No. / PVO / Country / Program Type
NMT Commodity Package Size Del'y Terms Fum Del'y Port/Place
----- --------- ------------ ----------- --- ----------------
CR-10-00607 SG Guatemala (Distribution)
540 CSB 25 Kg 2.(A)(ii) Y Santo Tomas
600 MR 50 Kg 2.(A)(ii) Y Santo Tomas
600 PBL-RK 50 Kg 2.(A)(ii) Y Santo Tomas
300 VO 6/4-Litre ** 2.(A)(ii) N Santo Tomas

** Substitutable

SPECIAL REQUIREMENTS:

A.  Dispute Resolution: Part II Clause 27.(A) [Arbitration] to be applicable to any contract(s) awarded under this RFP.

B.  For any bookings made under any of the options in Part II Clause 2.(B)or 2.(C) [Discharge/Delivery Terms] the Carrier is responsible for all charges for delivery to the final point named in the bill of lading, return or repositioning of any equipment, including container and chassis, all costs associated with any container yard or other facility where the equipment is staged until final delivery, and all equipment costs.

C.  BARGE RESTRICTIONS
FOR CENTRAL AMERICAN/CARIBBEAN CARGOES: 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. The use of other deck barges is permitted as a pilot project provided the deck barge is container-fitted with rigid lashing gear and automatic twist locks.

D.  CONTAINER LOADING PROTOCOL FOR BAGGED BEANS AND CORN
The requirements of the USAID Notice to the Trade dated April 12, 2005, as revised, covering shipments of bagged beans and corn shipped in containers to designated countries are to apply on any such shipments covered by this RFP. A copy of this Notice, including diagrams for proper container loading, are available at http://www.usaid.gov/business/ocean/notices/ or can be furnished upon request by Muller Shipping Corporation.

Shipment(s) under this RFP for which these requirements apply are:
- All consignments of red kidney beans (PBL-RK). Estimated length of time for customs clearance is approximately 45 days.

E.  Containerization is required at Port/Point of origin. Container Inspection required as per USDA requirements. Bills of lading may not contain any clause such as “Said to Contain”, “Shippers’ Load and Count” or words of similar effect.

F.  Provisions applicable to all Free Time requirements herein unless otherwise indicated: Free Time will not commence until a consignment is completely off-loaded from the vessel and available to receivers with all Carrier requirements completed. The contracted Free Time is to include all costs for storing the commodities at a suitable facility, including marine containers and related equipment when applicable, as well as all warehousing costs/terminal storage/ground rent charges, however so described, and any movement and handling of equipment and commodities during the Free Time period. Any charges beyond the Free Time are to be handled in accordance with Booking Note Part II Clause 13 and are not to exceed the port’s published tariff or other customary local charges. If a Container Freight Station (CFS) or an off-dock facility is utilized, any commodities or containers moved to/from such facility will be done at the time, risk and expense of the Carrier. Receivers are to be advised in advance when any CFS or off-dock facilities are to be used and retain the right to inspect all such facilities to assure they are appropriate for the storage of food-grade commodities, and to reject any such facility for security or sanitary reasons.


SPECIAL TERMS AND CONDITIONS

GUATEMALA:
LDA: Loading Delay Assessment to apply as per BN Part II clause 15, basis $1.00 per ton per day.
DDA: Not applicable

Fumigation: Carrier to arrange and pay for fumigation of all cargo other than vegetable oil subsequent to arrival at the discharge port. All expenses for fumigation, including any positioning/repositioning of equipment and time on equipment, are for carrier’s account. For any commodity requiring fumigation by carrier after vessel discharge, fumigation is to be performed when receivers advise that the duty franchise (exemption) is in hand or anticipated shortly thereafter.

A minimum of 45 days Free Time is required, which is to include time on equipment and any terminal storage or similar costs. Time for the fumigation process, including equipment positioning and aeration, is for Carrier’s account and not to count against Free Time allowed. Time used by receivers for off-port drayage and return of equipment, if any, to be covered by the prescribed Free Time.

Contracted freight rate must include any operational costs/expenses/fees charged by the ocean carrier, the carrier’s local representative or terminal operators in the destination country, including but not limited to documentation handling, Representation Fees, local taxes for temporary import of containers (ATC), cleaning and reception of containers, gate charges, lift charges, transfer charges, container deposits, shorehandling or terminal handling charges.

ADDITIONAL CLAUSES:

1.  Certain commodities covered by this RFP must be inspected by APHIS/PPQ or other such authorities prior to loading so that a Phytosanitary Certificate can be issued. Such inspection must take place not more than thirty (30) days prior to the cargo being loaded aboard the vessel at the port of export. Carriers intending to load these cargoes into containers, LASH barges, or otherwise unitize cargoes in a way that will prohibit or restrict inspections without sustaining additional costs will be required to bear all such additional expenses if this is done before inspections are effected or if cargoes are not loaded on-board a vessel within the period specified above following inspection.

2.  Evaluation and contract award: offers which do not comply with mandatory requirements of this RFP will not be considered. Offers must include full particulars demonstrating the willingness and ability to meet these requirements. The shipper reserves the right to award without discussion. Award(s) will be to the lowest responsive offeror meeting the mandatory requirements of this RFP.

3.  Offers from NVOCC’s will not be considered. Shipper reserves the right to accept or reject any or all offers.

4.  Prior to cargo booking awards, Offerer will be required to provide named vessel(s) with reasonable and acceptable loading schedules and transit times. For vessels not in a regularly scheduled liner service, this to include vessel’s current position and full itinerary from date of booking until arrival at the port of discharge (or place of final delivery if beyond the discharge port). Carrier also to provide full particulars on vessel owner's company including officers, address and bank reference (unless already on file).

5.  Booked rates are to be all-inclusive and stated per gross metric ton. All-inclusive rates which include costs for services other than port to port ocean transportation must include a breakdown of the ocean charge component and each of the following other charges, as applicable: domestic inland transportation, foreign inland transportation, application of desiccants, fumigation or destination bagging. No minimum bill of lading quantities or charges or minimum container quantities or charges to apply.

6.  Total commissions 2.5%. If offered direct, 2.5% to Muller Shipping Corporation. If offered through a broker, 2/3 of 2.5% to Muller Shipping Corporation, and 1/3 of 2.5% to owners’ broker.

7.  Freight payment to be made through U.S. Bank’s Powertrack system. Carrier shall be responsible for establishing an account directly with U.S. Bank.

8.  All vessel substitutions must be vetted through the USDA/Foreign Agricultural Service. The proposed substitute vessel must be of the same service category 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/c…

9.  In keeping with U.S. Customs enforced compliance program for outbound documentation, carriers are hereby notified that any assessments against the shipper/cargo interests due in whole or in part to delay by carrier in verifying final load count and providing same to Muller Shipping Corporation, or for loading on a vessel ahead of the booked schedule without prior approval and notification to Muller will be solely for carrier’s account.

10.  Except to the extent as provided above, all awards under this RFP, will be subject to the terms and conditions of Part II of the U.S. Food Aid Booking Note dated November 1, 2004 which are fully incorporated herein. A copy of these terms and conditions may be obtained from http://www.usaid.gov/business/ocean/notices/. For further information call 516-256-7700.

END OF FREIGHT TENDER

Contact

New Tenders and Awards

2-TL@fas.usda.gov

Apply

All opportunities must be applied
for through WEBSCM.