Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOLICITATION NOTICE

X -- Food Aid Warehouse and Cargo Handling in Dubai, United Arab Emirates

Notice Date
5/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
493130 — Farm Product Warehousing and Storage
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
TRN-04-035
 
Response Due
5/21/2004
 
Archive Date
5/22/2004
 
Point of Contact
John Abood, Contracting Officer, Phone 202-712-1779, Fax 202-216-3051, - John Abood, Contracting Officer, Phone 202-712-1779, Fax 202-216-3051,
 
E-Mail Address
jabood@usaid.gov, jabood@usaid.gov
 
Description
USAID RFP TRN-04-035 for Food Aid Warehouse and Cargo Handling Services in Dubai, United Arab Emirates. 1. 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 being requested and a written solicitation will not be issued. The solicitation number is USAID/TRN-04-035 and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2001-10. 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.); 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 (N/A). The following additional FAR clauses apply: 52.233-1 Disputes; 52.247-5 Familiarization with Conditions; 52.247-8 Estimated Weights or Quantities Not Guaranteed; 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.249-8 Default (Fixed Price Supply and Service) plus Alternate I. 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). 2. STATEMENT OF WORK: The purpose of this contract is to have an U.S.-licensed Freight Forwarder provide cargo handling, custodial, logistics and freight forwarding services, covering food commodities, for the United States Agency for International Development (USAID). Contract performance will primarily take place in or near the port at Dubai, United Arab Emirates. The contractor shall take delivery (possession) of food aid commodities at the port, provide transport to the contractor's warehouse facility, store and control the food commodities and re-deliver commodities on a F.o.B. warehouse door or on a f.a.s vessel basis, to organization's designated by USAID. The government shall issue a fixed rate contract for these commercial commodity warehouse services. The contractor shall take possession of food aid cargo (containerized, bagged, on pallets or in cartons - whole grains or processed corn, wheat or soybean products) at a local port area (ex tackle and / or at the end of a bagging line) and deliver the commodities to contractor's warehouse for storage, protection and subsequent re-delivery. The contractor shall store commodities in a manner which ensures ease of access for inspections and fumigation. The contractor shall preserve the condition of commodities and will follow good commercial practices in storing and maintaining 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 commodities or their containers. Commodities shall be stored in the warehouse in such a manner that lot identity is maintained to the extent that, when delivery of any lot is ordered by USAID, the specific commodities received will be delivered. Contractor shall coordinate receipt, possession and re-delivery of cargo with vessel owners, port officials, non-governmental organizations and custom officials. Contractor is responsible for obtaining or generating all documentation relating to acceptance of possession of cargo, as well as any documentation associated with re-delivery/re-export of commodities to USAID-designated consignees or transported to other destinations. Contractor shall assure customs duty-free possession of commodities and transfer of title to consignees. Title to cargo shall remain with USAID, or other party designated by USAID, until title is transferred to a PVO, NGO or cooperating country sponsor. The contractor shall provide receiving, handling, inland transportation, warehousing, inventory control, accountability, and loading or re-delivery services for USAID sponsored pre-positioned humanitarian aid cargoes in Dubai. 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 5-gallon pails or similar containers. The initial minimum warehouse requirement is 10,000 net metric tons. The warehouse shall be suitable for 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 any insurance certificates covering personnel, commodity and facility against liability, loss or damage, theft or fire during the term of this contract. If arriving cargo is containerized, the contractor will strip containers at the port area or will truck containers to its warehouse, strip the containers and return the empty containers back to the carrier's yard in the port area. Container free time will be as per carrier tariff. Any charges due to contractor exceeding allowable free time shall be for the account of the contractor. If the cargo is discharged at port in bulk, the contractor will receive cargo at the port at the end of the bagging line or as close to the bagging line as possible if trucks are unable to come alongside vessel. USAID will advise the contractor of vessels daily bagging rate without guarantee. Any unreasonable delay caused by contractor's inability to take away commodities from the end of the bagging line or the vessel's f.a.s. position, which results in vessel's claim for detention, will be for the account of the contractor. The contractor will provide 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 redeliver the bagged or palletized commodities on a warehouse door F.o.B. basis or to a f.a.s. position under ships hook as directed by the contracting officer. USAID will advise contractor of vessels receiving capability without guarantee. Any delay caused by contractor's inability to place commodities in a f.a.s. position, which results in vessels claim for detention or dead freight, will be for the account of the contractor. Alternatively, USAID will advise the contractor of PVO / NGO receiving capability without guarantee. Any claims for detention or dead freight will be settled in accordance with FAR 52.233 - 1, "Disputes" if a claim is filed after final payment to the contractor. If a claim is filed and settled prior to final payment, such amounts shall be deducted from payment. 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 50,000 net metric tons, in increments of 10,000 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 increases the storage requirement, the contractor shall indicate their agreement to the government. 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 requirements. Fumigation: The contractor shall arrange and pay for 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 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. If condition inspectors find infested commodities, the contractor shall arrange and pay for fumigation of any lots found to be infested. Fumigation is to be done in accordance with the FGIS fumigation handbook. The contractor shall pay all cost associated with condition inspections and fumigation. The contractor shall be reimbursed for these costs in accordance with the contract rates, terms and conditions. Copies of all inspection and fumigation reports shall be sent to the USAID contracting officer. Survey of commodity: Survey operations will be performed by firms other than the contractor unless so directed by the contracting officer or CTO. Customs clearance: The contractor will be responsible for all customs clearances, fees and related documents necessary to take duty-free and tax free delivery of cargoes. Because this is humanitarian assistance cargo, the contractor shall not pay any customs duty or taxes on the commodities without the prior written approval of the contracting officer. The contractor will be responsible for all clearances to redeliver commodities for loading onboard outbound vessels or vehicles. Reporting requirements: Standard monthly reports shall cover all aspects of commodity receipt, inventory, condition inspection, fumigation and re-delivery. The contractor will provide ad hoc inventory and condition reports as required by the USAID contracting officer. Re-delivery of commodities for loading onboard outbound vessel or NGO vehicles: Release of commodities will be authorized by the USAID contracting officer or his/her designated representative. Government Condition inspections: Contractor will permit unannounced condition inspections of the warehouse and commodities by the government or their agent to insure that the commodities are being controlled and maintained in sound condition. The inspector shall provide the contractor with an authorization letter from USAID's contracting officer or CTO. Disposition of unfit commodities: Any cargo deemed unfit for human consumption at the time of arrival at the port of entry will be disposed of by the contractor in accordance with 22 Code of Federal Regulations Part 211.8 (b). Any reference in the regulation to "cooperating sponsor" shall be substituted by "contractor." This contract is expected to commence during August 2004. The contract shall be effective through February 2005. Up to six, one month, option periods may be declared by the government 20 days prior to commencement of each option period, or thereafter as agreed by the parties. Contract may be terminated by the government or the contractor with 30 days written notice to the other party. The government contact person for all contract notifications is the contracting officer. Budget Line Items 1. Delivery and redelivery of commodities ( break-bulk receipt ) $ 2. Delivery and redelivery of commodities ( containerized receipt ) $ 3. Fumigation costs $ 4. Warehouse lease including inspections(estimated budget) $ Total budget and fund limitation $ This contract contains the Limitation of Funds clause at FAR 52.232-22 (April 1984). At 52.232-22 (c) delete "60 days" and in lieu thereof substitute "30 days." The contract cost for all commodity handling and logistics (delivery, warehouse placement and re-delivery) shall be calculated on the basis of the number of metric tons received or re-delivered by the contractor multiplied by the per metric ton rate for this service. The per metric ton rate or price for break bulk receipt is $____. The per metric ton rate or price for containerized receipt is $____. The per metric ton rate or price for fumigation is $____. The incremental monthly rate for warehouse storage is: 0 to 10,000 MT $___ ; 10,001 to 20,000 MT $____ ; 20,001 to 30,000 MT $____ ; 30,001 to 40,000 MT $____ ; 40,001 to 50,000 MT $____ . 3. EVALUATION OF PROPOSALS: The following proposal elements will be evaluated by the government to determine the best value: A. The rate or price per metric ton for taking delivery, placing cargo in the warehouse and redelivery of food cargo on a break bulk and containerized basis. B. The rate or price, in 10,000 metric ton increments, for monthly warehouse space. 0 to 10,000 MT - $ ; 10,001 to 20,000 Mt - $ ; 20,001 to 30,000 MT - $ ; 30,001 to 40,000 MT - $ ; 40,001 to 50,000 MT - $ . A. Technical plan of operations - 1) Suitability for the task, condition, location and resources of proposed warehouse. 2) Proposed hours of warehouse operations and. 3) Qualifications of key direct hire or agent personnel (For example - project manager, warehouse supervisor or U.S. liaison). Labor relations and availability information. 4) Basic plan of operations and condition of equipment to be applied in the performance of the contract. 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 the most significant elements in the evaluation process. 4. DATE, TIME AND PLACE FOR RECEIPT OF OFFERS: Submit clean (all-inclusive) written proposal(s) for the above requirement to USAID by Friday, May 21, 2004 at 1600 hours (Washington, D.C. local time). Mail, courier and hand-delivery to the USAID 1300 Pennsylvania Avenue, N.W. Washington D.C. address is acceptable. Attn: John Abood. 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) 712-1779 to determine the status of the procurement. The government expects to make an award during June 2004.
 
Place of Performance
Address: Dubai, United Arab Emirates
Country: United Arab Emirates
 
Record
SN00581622-W 20040509/040507211526 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.