Rwanda Award15-065P

IFB #:
15-065P
Tender Date:
Award Date:
Award Flag:
---
PVO:
World Food Programme
Agent:
Geodis USA
Invitation #:
128
Program:
McGovern-Dole Food for Education Program

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

IFB# 15-066B Guinea Tender

January 31, 2019

Freight Tender:  TECHNOSERVE INC, for Conakry, Guinea.

IFB No: 15-066B

Date: January 31, 2019

BKA Logistics LLC., for and on behalf of TECHNOSERVE INC.  (hereafter TNS), requests firm offers of U.S. and non-U.S. flag geared vessels for the carriage of well milled rice in bulk with empty bags, under the Food for Progress program on the following basis:

BKA Ref: F19-0007 & F19-0008

IFB No.: 15-066B

Commodity Solicitation No.2000005866

Freight Solicitation No.2000005867

Agreement No: FCC 680-2015/017-00

WBSCM Sales Orders (SO #) # 5000487997 & 5000488043

Freight offers are due no later than 1000 hrs CT (1100 hrs ET) February 5, 2019.

Freight offers are to remain valid until 1700 hours ET February 7, 2019.

Only firm offers are to be submitted. Offers must be in accordance with the terms and conditions of this Freight tender to be considered as valid offers.

 

Submission of freight offers:

To determine lowest landed cost, all carriers are required to submit offers electronically for the cargoes advertised by this IFB 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.

The web based supply chain management system can be accessed through the following website: https://portal.wbscm.usda.gov.

Carriers must be assigned a USDA E-Authentication 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

Freight payment: freight payment shall be processed through the WBSCM system and paid by USDA. Instructions for the freight payment procedures through WBSCM are available from BKA Logistics LLC – email: mark.millard@bkalogistics.net.

Freight Payment will be 90 percent on arrival and balance 10 percent on completion of discharge and delivery of cargo in bags

1) SO # Commodity / Quantity / Laydays / BKA Ref:         

a) SO 5000487997 for Approximately 8,910 MT well milled rice in bulk plus 182,000 empty bags.   Laydays March 4-14, 2019.  BKA Ref F19-0007.

b) SO 5000488043 for Approximately 8,910 MT well milled rice in bulk plus 182,000 empty bags.   Laydays April 4-14, 2019.  BKA Ref F19-0008.

Offerors are encouraged to offer the above TechnoServe Inc. (TNS) cargoes in combination with the Partners For Development (PFD) cargoes of 3,750 MT each of bulk well milled rice with empty bags under each set of laydays to Conakry, Guinea under a separate IFB.

The TNS cargo may be commingled with the PFD cargo provided both the bulk rice cargoes are of the same grade and quality, supplied by the same supplier and loaded at the same berth. Otherwise, the TNS cargo must be separated, from any of the other combination cargoes offered, including PFD cargo (even if they are of the same grade and quality).  Separation, if required, to be by vessel’s natural segregation or otherwise by Kobe-type separation. Separation, if any, shall be at owner’s time, risk and expense. If Kobe separation used, Owner must construct the separation so that fumigation of the cargo is effective and the separation/ stowage must be approved by the National Cargo Bureau (NCB), all at Owner’s time, risk and expense.

Offerors should consider offering vessels to carry a range of tonnages in the event that quantity purchased is more or less than the quantity stated in this tender.

The contracted quantity to be on a min/max basis.

- Empty bags to be transported freight free on the same vessel as cargo carried.

- Empty bags delivery: See clause 28 below for full details of the requirement.

- Offerors are encouraged to review other Title II PL480 / USAID cargoes in the market

for possible combination with this cargo such as ACDI/VOCA cargo of bulk Soybean Meal for Ghana and WFP cargo of 12,230 MT Sorghum for Chad.

- Conakry Guinea is to be the first port of discharge on vessel’s schedule.

2) If vessel is offered and or fixed basis Part Cargo - any completion cargo(es) must be duly separated, must be compatible and non-injurious to TNS’s cargo, and must be detailed in offer for TNS/USDA approval or approved by TNS/USDA if contracted after fixture of TNS cargo.  Vessel’s itinerary and geographic proximity of completion cargo(es) will be taken into consideration by TNS/USDA in approval of such part cargo(es) in order not to unduly impede delivery of TNS’s cargo to discharge port(s).

3) Offers of named vessels only.  No vessel substitution is permitted without TNS/USDA approval. Vessel type restrictions: Tankers, towed barges will not be considered.  All performing vessels must meet the port /terminal restrictions on Vessel LOA, Beam, and arrival draft. Otherwise the lightening clause of this tender takes effect.

4) Offerors are required to provide the following information: Vessel name / type / flag / year built / class / LOA / beam / DWT / draft / gear (if any) / ETA at load and discharge ports /full style of owners. Vessels must be in class at time of the offer and during the voyage. Further, offeror to provide vessel’s ETA Load Port/Range, vessel voyage itinerary, and ETA Conakry, Guinea. Conakry Guinea is to be the first port of discharge on vessel’s schedule.

5) Loading: 1/2 safe berths each 1/2 safe port(s) any U.S. range.  Mississippi River, including but not north of Port Allen to be considered as one port; Columbia River District including Portland to be considered as one port; San Francisco Bay area including Sacramento and Stockton to be considered as one port.  For offers basis U.S. Great Lakes utilizing feeder vessels, offer to include name and details of feeder vessels.

6) Owners to provide fourteen (14) day preadvice of vessel readiness to load.  Preadvice notice must be received at the office of BKA Logistics LLC. Prior to 1100 hrs. Washington DC time on regular business day to be considered received on that day.  If preadvice is received later than 1100 hrs. Washington DC time on regular business day –or- on weekends /holidays, then preadvice notice will be considered received on the next business day.  In addition to sending preadvice notice to BKA, as above, owner must also provide copy of their preadvice notice to USDA / KCCO Bulk Commodities Division, Fax no 816-823-2586.

7) Offers submitted under this invitation are required to have a cancelling date no later than the last date of the laydays as stated above.  Vessels which are offered with a cancelling date beyond the laydays specified above will not be considered.

8) Discharge port:  Conakry, Guinea.  Not always afloat but safely aground.

Conakry, Guinea must be the first port of discharge on vessel’s voyage itinerary/schedule.

Owners are fully responsible for vessel arriving at the discharge port within the permissible draft and port restrictions, vessel not always afloat but safely aground. Vessel Owners to satisfy themselves about prevailing restrictions and Charterers are not responsible for any failure thereto. Owners are fully responsible for any and all costs in reaching permissible draft. If full or partial lightening required see Clause 19 of this IFB.

 

9) Load terms: Cargo to be loaded according to berth terms with customary despatch at the average rate as provided below based on vessels contracted quantity.  The rates are basis tons of 2204.6 pounds per weather working day of 24 consecutive hours, Saturdays, Sundays and holidays excepted, even if used. (WWDSSHEXEIU). Any stowing and/or trimming to be for Owner’s account.

Bulk carriers:

Vessel contracted Quantity                            Loading guarantee

0 – 9,999.99 MT                                              4,000 MT per day

10,000.00 – 19,999.99 MT                             5,000 MT per day

20,000.00 – 29,999.99 MT                             6,000 MT per day

30,000.00 – 39,999.99 MT                             7,500 MT per day

40,000.00 – 49,999.99 MT                             10,000 MT per day

50,000.00 MT and above                                12,000 MT per day

Tween-deckers: the load guarantee shall be 3,000 MT per day.

No load guarantee for Lash / Seabee barges.

Prior to tendering the Notice of Readiness, the vessel must pass USDA FGIS stowage examination inspection and NCB Load Readiness inspection. Charterer requires and owner to provide the original USDA FGIS Vessel Stowage Examination certificate and NCB load readiness certificate and not worksheets.

NB:  Charterer/Receiver may require a Preshipment Inspection (PSI) per import regulations.  Said PSI shall be arranged and paid for by the Charterer/Receiver.  Owner to permit the PSI inspector to board and inspect vessel holds and witness the loading.

10) Discharging terms: The cargo is to be discharged by the Vessel, on liner out terms, no demurrage, no despatch.  Vessel Owner shall bag the rice and stack onto Receivers’ / Buyers’ trucks at the end of the bagging line at Vessel Owner’s time, risk and expense.   For information only, and without guarantee, Receivers / Buyers will have sufficient trucks for a minimum cargo take-away from end of bagging line at an average of 400 MT per day per working bagging machine. Buyers are responsible for any claims by Vessel Owners for slow take-away due to insufficient truck capacity.  Any claims by Vessel Owner for slow take-away by Buyer or any claims by Buyer for slow delivery by Vessel Owner, are to be settled directly between Buyer and Vessel Owner.  TNS will not be responsible for settling claims or disputes between Vessel Owners and Buyer.  The Buyer, Olam International Limited, Singapore is a third-party beneficiary to enforce the terms of this provision.  All disputes between Buyer and Vessel Owners will be arbitrated in New York under Society of Maritime Arbitrators, Inc.

Vacuvators are not permitted for rice discharge.

11) At load port owner to appoint and pay for stevedores. At discharge port owner to appoint and pay for stevedores. At discharge port owner to appoint and pay for the Bagging Contractor. Owner to notify charterer the names and point of contact for the appointed stevedores and bagging contractor at the discharge port when vessel files it’s notice of readiness to load. This is required so that receiver/ buyer have sufficient time to coordinate truck schedules for takeaway of bagged rice at the discharge port.

12) At load port owner to appoint and pay for vessel’s agent.  At the discharge port owner to appoint and pay for the vessel’s agent.

13) Demurrage / despatch are applicable at load port only.  Owners are to specify their demurrage/dispatch rates in their offer, Despatch rates must be one-half of demurrage rates as quoted.

At discharge port there is no demurrage / no despatch. Cargo being discharged by the vessel on Liner out terms. See Clause 10 for details

14) Laytime is non-reversible. 

15) At load port (s) Laytime accounts are to be settled directly between owners and commodity supplier(s). Laytime calculation, overtime and trimming to be in accordance with addendum no 1 of the North American Export Grain Association’s FOB Contract No 2 (revised as of May 1, 2000) clause nos. 1-10 inclusive (hereinafter referred to as NAEGA) regardless of vessel type.  Further, the following modifications to NAEGA will apply: anywhere the word “buyer” appears, the words “vessel owner” is to be substituted.  Under no circumstance shall charterers or USDA/CCC be responsible for resolving disputes involving the calculations of laytime or the payment of demurrage or despatch between the vessel owner and commodity supplier.  Any/all disputes between vessel owner and supplier arising out of the contract relating to the settlement of laytime issues shall be arbitrated in New York in accordance with the Int’l Arbitration rules of the American Arbitration Association.

16) Foreign flag vessels must not be older than 15 years and must be classed highest in Lloyd’s register or its equivalent – date of original construction, not rebuilt date, to govern.  Any extra insurance on account of vessel’s age, flag, ownership, type, configuration or classification will be for owners account, but not exceeding New York market rates for U.S. flag vessels and London rates for non-us flag vessels.  NVOCC’s may not be employed to carry U.S. flag or foreign flag shipments.

Special note:

For U.S. Flag Only - Should offered vessel be enrolled in an insurance program that negates the overage premium requirement and or if Offerors assert that Overage Insurance is not applicable, then offeror must include all documentary information and certifications substantiating same. Such substantiation must be clear, specific and up to date. Nevertheless, same is subject to review and acceptance by Charterers and Cargo Receivers and does not guarantee relief of Owners’ obligation to pay for Extra Insurance should Charterers / Receivers determine the substantiation to be insufficient to protect the cargo interests.

For US Flag vessels over 15 years of age and ITB’s, owners are required to provide an additional certificate from NCB certifying that vessel’s hatch covers and any other openings leading to cargo compartments have been sealed to prevent any outside water from entering the cargo spaces.  Cost of sealing and special survey are for account of owner and in no way diminishes owners’ liability and responsibilities toward the cargo.

17) Vessel gear requirements:  Vessels must be capable of discharge by means of grabs utilizing vessel gear. All discharge gear and equipment is to be supplied by owner at owner’s expense. Owners to provide at their expense all necessary motive power/ fuel to operate owner provided discharging gear. Use of vacuvators is prohibited.

Vessel gear provided by owner must meet all requirements of the discharge port authorities.

18) Opening and closing of hatches to be carried out by vessel’s crew free of charge to charterers.  Mechanical or hydraulic hatch covers for vessels or rain tents for all hatches are required.

19) Owners are responsible for vessel arriving at discharge port with an acceptable safe arrival draft.  If vessels draft exceeds such draft, owners to be fully responsible for any and all costs incurred in reaching safe draft.  Lightening, if any, to be performed in the territorial waters of Guinea. Lightening / Daughter vessel utilized must be single deck bulk carriers meeting port’s vessel restrictions. Daughter vessel must be classed highest in Lloyds or equivalent and certified fit for receipt and carriage of  bulk cargo under the governing Charter Party by a first class independent surveyor.

  

Vacuvators cannot be used for lightening of bulk rice.

20) Vessels must be able to be fumigated with an Aluminum Phosphide preparation in-transit, in accordance with USDA/FGIS Handbook revised October 26, 2009 and any subsequent revisions to said handbook. Vessels that cannot be so fumigated will not be considered. At final loading port, commodity supplier will arrange and pay for in-transit fumigation performed by a certified applicator. Fumigation must be witnessed by FGIS, USDA, and the Aluminum Phosphide preparation must be contained in packaging as described in the fumigation handbook. Dust retainers must be used. For tweendeckers and bulk carriers (including push-mode ITB), the recirculation method of fumigation will be used. Tween-deck vessels are acceptable only when a certified applicator states that the vessel has been inspected and found to be suitable for in-transit fumigation and such written statement from certified applicator should be submitted with offer.

Fumigation handbook revision information as per Notice to The Trade Dated October 26, 2009.

At the discharge port and upon inspection by Government inspectors, if cargo and/or vessel is found to be infested and provided clean bill(s) of lading were issued, fumigation of cargo and or vessel to be arranged and performed by owner, at owner’s time, risk and expense.

21) Owners guarantee that this vessel complies fully with the International Safety Management (ISM) code and the International Ship and Port Facilities Security code (ISPS). Upon request, owners to provide charterers 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. Owners are to remain fully responsible for any and all consequences from matters arising as a result of the owner or vessel being out of compliance with the ISM and ISPS code.

22)  Section 408 of the U.S. Coast Guard Authorization Act of 1998, Public Law 105-383 (46 USC, Paragraph 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/owners 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 IFB is government impelled (preference) cargo, offeror must warrant that vessel(s) and operator/owner are not disqualified to carry such cargo(es).

23) One-way rates must be quoted in addition to round trip rates for U.S. flag non-liner vessels whose date of original construction exceeds 15 years from date of fixture.

24) Approved U.S. flag rates will be reduced to a level no higher than the Maritime Administrations fair and reasonable rate in the event that approved vessel is substituted by a lower cost vessel to the U.S. government (including tug and/or barge). 

For U.S. flag vessels loading less than a full cargo, the less than full cargo rate will be subject to a reduction to meet any revised Maritime Administration freight rate guideline

due to vessel loading other additional cargo.

25) U.S. Flag vessels offered subject MARAD approval will not be considered.  If MARAD approval of vessel is required, it must be obtained prior to submission of offer.

Further U.S. flag offers will not be considered if the vessel operator has not provided the maritime administration with the vessels costs prior to submission of offer.

26) Freight rates are to be quoted in U.S. dollars per metric ton on Liner Out terms including cost of bagging and stacking basis one loading berth, one loading port to Conakry Guinea.

Above rate should give a breakdown of Ocean Freight basis Liner Out and cost of bagging/stacking and therefore the sum of total freight charges.

Evaluation will be basis the total freight charges including bagging/ stacking cost.

Offer to stipulate any additional freight per metric ton on entire cargo for each additional load berth and each additional load port if used. 

27) If owners intend to lighten, offer to specify the cost of lightening, and whether action is full or partial lightening.  If lightening is not performed at the discharge port and the

Vessel discharges at berth then the cost of lightening will be deducted from the ocean freight.

28) Empty bags are to be delivered to Owners to Owners or their appointed agents Free Alongside (F.A.S.) Point of Rest (Under Cover) at Owner's designated load berth.  Owners are to nominate load berth(s) for the empty bags within forty-eight (48) hours after receipt of Charterers' nomination of load port(s) for the cargo.  Owners' designated load berth must provide a Point of Rest with under cover protection from the weather for the empty bags.  Owners will be responsible for any and all costs associated with placing the empty bags aboard the vessel from their F.A.S. Point of Rest (Under Cover).  Empty bags, and if provided needles and twine, will be transported on vessel to destination(s) freight free.

29) On completion of loading Owner to release clean, signed on board bill of ladings to Charterer’s agent BKA Logistics LLC by overnight courier at Owner’s expense.

The commodities will be loaded and shipped in bulk with the quantity determined by the Official Grain Weight Certificate issued by USDA /FGIS on completion of loading. Bill of Lading quantities and freight charges will be based upon the Official Grain Weight Certificate(s) figures. Claims or demands for freight amounts that exceed the aforementioned Bill of Lading weights will not be considered.

Charterer will require Bills of Lading to be marked “Freight Payable as Per Governing Charter Party” and made out To Order, blank endorsed by Shipper.  Further, the following cargo description to be in the Bills of Lading:

“US No 2 Rice, Max. 7% broken, not parboiled and well milled as per United States Standards for Milled Rice.  Packing: Bulk with empty 50 kilo bags, with additional 2% empty bags.  Country of Origin: United States of America.”

30) TNS reserves the right to accept or reject all offers.

31) Commission: 1.67 percent on freight / deadfreight is payable to charterer’s agent BKA Logistics LLC.,

 

32) All offers must be in accordance with this IFB and to the terms and conditions of the current TechnoServe Inc.’s (TNS) Bulk Grain (Liner Terms) Charter Party proforma.

33) Offers to be submitted electronically through the WBSCM no later than 10.00 hours central time USA on February 5, 2019. Only offers which are responsive to this IFB will be considered and no negotiation is permitted. Only firm offers will be considered. Offers are to remain valid until 1700 hrs. Washington DC time on February 7, 2019.  Fixtures resulting from this tender are subject to approval by TNS and USDA.

For further information regarding this specific tender contact:

BKA Logistics LLC, 1629 K Street NW, suite 500, Washington DC  20006.

Phone: 202-331-7395 telefax: 202-331-7735,

Email: mark.millard@bkalogistics.net

Email: rsingh@bkalogistics.net.

End

Contact

New Tenders and Awards

2-TL@fas.usda.gov

Apply

All opportunities must be applied
for through WEBSCM.