Skip to main contentAbout USAID Locations Our Work Public Affairs Careers Business / Policy
USAID: From The American People Business Spreading knowledge of women’s legal rights in Albania  - Click to read this story

Home »
Business Opportunities »
Regulations and Policy »
Ocean Transportation »
Private and Voluntary Cooperation (PVC) »
Office Small & Disadvantaged Businesses (OSDBU) »
Indefinite Quantity Contracts »
Leader With Associates »
University Partnerships »
Ombudsman »
Business Forms »
 
Ocean Transportation

Recent Directives

Get Acrobat Reader...
How to copy and paste a PDF

Search



NOTICE TO THE TRADE

X -- P.L. 480 Title II Warehouse and Logistics Services - United States


August 11, 2006

General Information

Document Type:

Combine Solicitation

Solicitation Number:

Reference-Number-USAID-FFP-TRN-06-060

Posted Date:

Aug 11, 2006

Original Response Date:

Sep 12, 2006

Current Response Date:

Sep 12, 2006

Original Archive Date:

Sep 27, 2006

Current Archive Date:

Sep 27, 2006

Classification Code:

X -- Lease or rental of facilities

Naics Code:

493130 -- Farm Product Warehousing and Storage

Contracting Office Address

Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523

Description

USAID Authorized Geographic Code is 000. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, as supplemented with additional information and requirements in this notice. This announcement constitutes the only solicitation - Proposals are requested and a written solicitation will not be issued. The solicitation number is USAID-RFP-TRN-06-060 and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2005-12. Incorporated by reference are:

FAR 52.212-1, Instructions to Offerors-Commercial Items;
52.2l2-2, Evaluation-Commercial Items;
FAR 52.212-3, Offeror Representation and Certifications-Commercial Items - (Include a completed copy of 52.212-3 with your proposal or provide a statement that, The offeror completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. ;
FAR 52.212-4, Contract Terms and Conditions-Commercial Items;
FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items.
The following clauses in 52.212-5 are checked by the contracting officer: 52.203-3, Gratuities (APR 1984); 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991); 52.203-12, Limitation of Payments to Influence Certain Federal Transactions (June 2003); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003).
The following clauses also apply to this acquisition: FAR 52.247-5 Familiarization with Conditions; FAR 52.247-8 Estimated Weights or Quantities Not Guaranteed; FAR 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); FAR 52.249-8 Default (Fixed Price Supply and Service) plus Alternate I. The above clauses are available on the internet at WWW.ARNET.GOV Copies of the clauses are also available from this office.

The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits
transactions with, and the provision of resources and support to, individuals and
organizations associated with terrorism. It is the legal responsibility of the
contractor/recipient to ensure compliance with these Executive Orders and laws. This
provision must be included in all subcontracts/sub-awards issued under this contract/agreement.

This procurement is unrestricted. The North American Industrial Classification System (NAICS) code is 493130, food products warehouse, with a small business size standard of $21.5 million in annual receipts for the company and its affiliates (See FAR Part 19 definitions).

II. STATEMENT OF WORK:
The purpose of this contract is to have a firm provide pre-positioned packaged food storage, cargo handling, custodial and logistics services, covering food commodities for the United States Agency for International Development (USAID) Title II Food Aid Program. Contract performance will take place at a location with excellent (location, quality, price) rail and truck transport connections and excellent (location quality, price) access to rail, truck and/or barge/vessel transport to major port areas in the United States. In addition, contract performance will take place at or near a major U.S. port where there are frequent and regularly scheduled vessels / ocean carriers calling at the local port, with regular service to regions where food aid programs are likely to exist. The contractor shall take delivery (possession) of packaged food aid commodities at their warehouse facility floor, store and control the food commodities in a clean and neat facility (in accordance with food aid industry standards articulated in USAID’s Commodity Reference Guide -- The guide is located at: www.usaid.gov/our_work/humanitarian_assistance/ffp/crg/ ) and re-deliver commodities on an Origin (Origin is warehouse floor) or on a F.a.s. vessel, Port of Shipment basis, to organizations designated by USAID. (For inland warehouse, forwarding services to deliver commodities to a U.S. port may be required in the United States.) The government shall issue a fixed rate contract for these food commodity warehouse and logistics services. The government anticipates commodity volumes between about 10,000 metric tons and 20,000 metric tons, with a maximum requirement of 30,000 metric tons, will be in the pre-position warehouse at any time during the term of the contract. Inventory may be as low as zero. Commodity lots are likely to stay in the warehouse for about 60 to 90 days before re-delivery is requested by the government. The government will provide advanced notice of commodity purchased for storage. SPECIFICS - The contractor shall take possession of food aid cargo on the warehouse floor. Commodities will be delivered to the warehouse contractor-specified delivery point (floor) by USDA commodity vendors. The warehouse contractor shall invoice commodity vendors for the cost of handling or transporting delivered commodities, in accordance with the schedule of rates in this contract. The warehouse contractor will be responsible for calling rail and truck conveyances forward for unloading the conveyance at the warehouse rail siding or warehouse door. The warehouse contractor will be responsible for any vendor conveyance demurrage after free time is depleted. Commodities may consist of bagged or packaged commodities which are loose, on pallets or in cartons (peas, beans, lentils, whole grains, processed corn, wheat or soybean products). Cargo shall generally consist of agricultural products bagged in 25 kg. or 50 kg. multi-walled polypropylene or paper bags. Cargo may also include vegetable oil in 208 liter drums, 20 liter pails or 6/4 liter rounds or similar containers. The contractor shall store commodities in a manner which ensures re-delivery by lot or contract number, ease of access for inspections and fumigation of lots. A lot is defined by a USDA Notice to Deliver Number (ND Number). The contractor shall preserve the condition of commodities and will follow best commercial practices (see USAID’s Commodity Reference Guide) in storing and maintaining packaged food commodities. The contractor shall maintain the warehouse in a sound, clean condition and take all reasonable steps to keep it free of insects, rodents, birds and other conditions which may adversely affect the condition of the food commodities or their packages. Reasonable steps include regular fumigation and pest control, commodity inspection, eliminating all rodent/ infestation access points (in walls and floors), and rotation of stocks on a first-in first-out basis. The contractor shall inform the government Cognizant Technical Officer (CTO) verbally and in writing should any commodities or their packaging deteriorate or become infested, or should any commodities be lost or damaged. Contractor shall coordinate receipt, possession and re-delivery of cargo with commodity vendors, vessel owners, port officials, private voluntary organizations (PVO) and non-governmental organizations (NGO), inspectors and custom officials. Contractor is responsible for preparing, obtaining or generating all documentation relating to acceptance or possession of cargo, as well as any documentation associated with re-delivery or transfer of commodities to USAID-designated consignees or carriers. Export freight forwarding services will not be required of the warehouse service contractor. Title to cargo shall remain with USAID, or another party designated by USAID, until title is transferred to a PVO, NGO or cooperating sponsor. Commodities will be delivered by U.S. Department of Agriculture commodity vendors to the warehouse floor. The USAID Notice to the Trade dated April 5, 2006 entitled, “FAS Allocated Commodities at Houston and Jacintoport” shall apply; The USDA Notice to the Trade dated September 23, 2004, EOD-150, shall apply. Commodities shall be re-delivered by the warehouse contractor on an Origin (Origin is the warehouse floor) basis or a F.a.s. Vessel, Port of Shipment basis (FAR 52.247-36) as directed by USAID. The warehouse contractor shall invoice carriers for the cost of handling or transporting re-delivered commodities, in accordance with the schedule of rates in this contract. The form KC-366 shall be used to record receipts, re-delivery and losses or damages. The warehouse contractor may repair damaged packaged commodity containers in accordance with the USDA Notice To The Trade EOD-110.

The contractor shall communicate with USDA vendors regarding the shipping period, quantities to be handled and arrival of rail or truck transport conveyances at the warehouse destination. The contractor shall provide receiving, handling, inland transportation (if applicable), warehousing, inventory control, fumigation, accountability, and un-loading, loading or re-delivery services for USAID sponsored pre-positioned humanitarian food aid cargoes. The warehouse shall be capable of barrier or off-the-ground storage of food and it shall comply with all local safety and fire regulations. The contractor and its agents shall provide USAID with a copy of insurance certificates covering personnel, commodity and facility against liability, loss or damage, theft or fire during the term of this contract.
The contractor must notify the delivering carriers of any overage, shortage or damage upon unloading of the conveyances and permit delivering carriers an opportunity to inspect the commodities. Damaged commodities must be rejected to the carrier prior to the warehouse contractor taking possession of the commodities. Signing a receipt without objections noted, or loading a warehouse contractor’s conveyance for transport to the warehouse (if necessary), or placing the commodity on the warehouse floor without objection is the contractor’s agreement that the commodity was received in good order.
Disposition of unfit commodities (during storage): Any cargo deemed unfit for human consumption during contractor possession, will be disposed of by the contractor in accordance with United States Code, Title 22 Code of Federal Regulations Part 211.8 (b). Any reference in the regulation to "cooperating sponsor" shall be substituted by "contractor." The contractor will provide monthly and ad hoc written reports including but not limited to in-bound receiving reports, over / short / loss / damage / wet / torn or slack reports, outbound shipping or delivery reports and on-demand snapshot inventory in stock status reports. All reports must reference the commodity Notice to Deliver numbers as assigned by the U.S. Department of Agriculture or USAID.
The contractor will re-deliver the bagged or palletized commodities on an Origin basis or on a F.a.s. Vessel, Port of Shipment basis as directed by the contracting officer or CTO. The warehouse contractor shall invoice carriers for the cost of handling or transporting re-delivered commodities, in accordance with the schedule of rates in this contract. Any delay caused by contractor's inability to place commodities in an Origin or f.a.s. Vessel, Port of Shipment position, which results in conveyance or vessel claim for detention or dead freight, will be for the account of the contractor. Any claims for detention or dead freight will be settled between the contractor and conveyance operators. The government will normally provide the warehouse contractor notice of re-delivery a minimum of five days prior to loading conveyances for Origin or F.a.s. vessel, port of shipment re-delivery.
The contractor shall maintain or have available a minimum capacity for storage, handling and protection of food aid commodities totaling 10,000 net metric tons. The government may elect to have the contractor store and handle food aid commodities up to a maximum of 30,000 net metric tons. The government shall declare options in net metric ton storage requirements at least 15 days prior to arrival of commodities. In the event the government significantly increases the storage requirement (greater than twenty percent of the total/maximum tonnage) the contractor shall indicate their agreement to the government in writing. If required, the contractor shall submit an amended operational plan to the government for approval. Such plan shall be submitted seven days after government notice of increased minimum / maximum requirements.

Condition Inspection: All food condition inspections shall be in accordance with FGIS handbook guidelines. The contractor shall arrange and pay for FGIS or independent condition inspections for any pre-positioned bagged cargo in place on the warehouse floor more than 30 days, or if 30 days have passed since the last inspection. The contractor shall also arrange and pay for condition (FGIS) inspections for any cargo five days prior to re-delivery or container stuffing. These condition inspections shall be completed in accordance with the U.S. Federal Grain Inspection Service (FGIS) condition inspection guidelines. Copies of inspection reports shall be sent to the USAID CTO. Contractor will permit unannounced condition inspections of the warehouse and commodities by USAID or their agent to insure that the commodities are being controlled and maintained in sound condition. A private inspector or agent shall provide the contractor with an authorization letter from USAID's contracting officer or CTO.

Fumigation: If condition inspectors find infested commodities, the contractor shall arrange and pay for fumigation of any lots found to be infested. For any flour delivered under this contract, the provisions of USDA/KCCO Notice EOD-83 are to apply.
Fumigation is to be done in accordance with the FGIS fumigation handbook. The contractor shall pay all cost associated with fumigation. The contractor shall be reimbursed by the government for these costs on a cost reimbursable basis in accordance with the contract rates, terms and conditions. Copies of all fumigation reports shall be sent to the USAID CTO.

The contractor will be responsible for all clearances to redeliver commodities to outbound conveyances or vessels. Freight forwarding for export will not be required.
Carrier Inspection of Commodities: Upon notice to the contractor to redeliver commodities to a USAID/PVO-contracted carrier, commodities are to be made available to the carrier for inspection. The carrier will have four (4) working days to inspect, accept or reject the commodity as contracted, giving reasons in writing for any rejections. The commodity parcels rejected shall be identified to the warehouse contractor and to USAID. Cargoes rejected by the carrier will be subject to inspection by FGIS to determine final disposition. Rejected cargo may be replaced by USAID and, upon notification that same has been accomplished, the carrier will have 24 hours to inspect the replaced commodity. The carrier (or its agents or stevedores) shall sign non-negotiable receipts, indicating acceptance of the cargoes in good order. Cargoes moving directly from rail cars or trucks to the performing vessel or containers are considered to be F.a.s. vessel cargoes.

Contract Term: This contract is expected to commence around January 1, 2007, or as agreed between the parties. The contract shall be effective through December 31, 2008 (Two year term). Up to three one year option periods may be declared by the government 30 days prior to commencement of each option period, or thereafter as agreed by the parties. Contract may be terminated by the government with 30 days written notice to the other party. The government contact person for all contract notifications, regarding this paragraph, is the contracting officer.

III. EVALUATION CRITERIA FOR PROPOSALS: The following proposal elements will be evaluated by the government to determine the best value to the government. The government may award multiple warehouse service contracts as a result of this solicitation. Your proposal shall provide the government with your contract rates, calculations and estimates for the following:
A. Your total estimated price for one year operations with 10,000 mt initially delivered at the beginning of the first month, and with a 10,000 mt balance on the floor at the end of one year. (Apply your proposed rates and prices on a per metric ton basis for taking delivery, placing commodity in the warehouse and redelivery of commodity.) Applicable assumptions are:
1. 3,000 mt re-delivered (exported) at the end of each month (via ocean containers) beginning with the first month.
2. 3,000 mt arrive (receipt) at the beginning of each month (via railcars at the rail yard) beginning with the second month.
3. First in first out inventory control.
4. No fumigation.
The following one year estimate to be provided in your proposal, based upon the above projections --
a. Receipt and redelivery of commodities $
b. Warehouse storage expenses $
c. Total $
Any discrepancy between your one year calculations and your proposed contract rates will be evaluated using your proposed contract rates.
B. The technical plan of operations, warehouse location and space, key persons and resources. Technical plan of operations -
1) Suitability for the task, condition, location, resources and throughput capability of proposed warehouse and port area. Throughput and handling capability to un-stuff and stuff containers. Information systems, information personnel, reporting capabilities.
2) Describe availability of and frequency of steamship lines operating at the local port(s) on their normal trade routes.
3) Qualifications of key direct hire or agent personnel (For example - project manager, warehouse supervisor and U.S.-located liaison). Labor relations and availability information.
4) Basic plan of operations and condition of equipment including local infrastructure to be applied in the performance of the contract. Distance between port(s) and warehouse. Subcontract plan (if appropriate).
5) Past performance of the prime and sub-contractor, warehouse and key personnel in handling, protection and storage of food aid commodities.
Proposals shall include sufficient information and documentation (including addresses, map location and relation to port facilities, warehouse photographs and copies of significant local licenses and insurance certificates) to indicate your compliance with the above evaluation factors and capability to fulfill this contract. Evaluation: Items A and B are equally important elements in the evaluation process.

IV. PROPOSAL: In addition to responding to the above evaluation factors, Offeror to provide the following:
1. The rate for rail/truck break bulk receipt F.o.b conveyance to warehouse floor is $____ per mt. (This rate/charge will be paid by USDA commodity vendors to the warehouse contractor for unloading conveyances and placing commodities on the warehouse floor.)
2. The rate for warehouse storage and inspection is:
0 to 30,000 MT $___ per mt / per day. Free days (from the date the commodity is placed on the warehouse floor) prior to application of warehouse storage service rate is ______ days.
3. The rate for rail/truck break bulk re-delivery Warehouse Floor to F.o.b Origin is $____ per mt. (This rate/charge will be paid by ocean carriers to the warehouse contractor for taking cargo from the warehouse floor and loading/stuffing conveyances at origin.)
4. The rate for F.a.s. Vessel, Port of Shipment re-delivery Warehouse Floor to F.a.s. Vessel, Port of Shipment is $_____ per mt. (This rate/charge will be paid by ocean carriers to the warehouse contractor for taking cargo from the warehouse floor and placing commodities in an F.a.s vessel position.)
The per metric ton rate or price for fumigation is estimated to be $____.
The contract price for all commodity handling and logistics (delivery, warehouse placement, inspections and re-delivery) shall be calculated by multiplying the number of metric tons handled times the rate per metric ton for the transport and handling service involved. The contract price (per metric ton) for storage, inspection and fumigation shall be calculated by multiplying the number of metric tons on hand at the beginning of each day times the rate per metric ton for the storage service. Offerors shall propose rates based upon the delivery and redelivery terms stated above Commodities will be delivered by USDA commodity vendors via, rail or truck to the warehouse floor. Commodities shall be re-delivered by the warehouse contractor on a F.o.b. Origin (FAR 52.247-29) basis or a F.a.s. Vessel, Port of Shipment basis (FAR 52.247-36) as directed by USAID.

V. DATE, TIME AND PLACE FOR RECEIPT OF OFFERS: Submit clean (all-inclusive) written proposal(s) (THREE copies) for the above requirement to USAID by September 12, 2006 by 1600 hours (Washington, D.C. local time). Courier and hand-delivery of proposals to Mr. Paul Vicinanzo or his designee at the USAID Lobby, 14th Street Entrance, Ronald Reagan Building, 1300 Pennsylvania Avenue, N.W. Washington D.C. address is acceptable. Attn: Paul Vicinanzo. Mail proposals (in time to assure receipt by the closing time for proposals) to Mr. Vicinanzo, M/OAA/T, USAID, Room 7.09-030, 1300 Pennsylvania Avenue, N.W., Washington, D.C. 20523-7900. Late proposals will not be considered except in accordance with FAR and agency provisions. After your proposal is submitted, and during our review of proposals, you may call (202) 712-5147 to determine the status of the procurement. The government expects to make an award during December 2006.

Point of Contact

John Abood, Contracting Officer, Phone 202-712-1779, Fax 202-216-3051, Email jabood@usaid.gov


 

 

About USAID

Our Work

Locations

Public Affairs

Careers

Business/Policy

 Digg this page : Share this page on StumbleUpon : Post This Page to Del.icio.us : Save this page to Reddit : Save this page to Yahoo MyWeb : Share this page on Facebook : Save this page to Newsvine : Save this page to Google Bookmarks : Save this page to Mixx : Save this page to Technorati : USAID RSS Feeds Star