SOLICITATION NOTICE
X -- P.L. 480 Title II Food Aid Warehouse and Logistic Services - United States
- Notice Date
- 11/12/2004
- 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
- USAID-RFP-TRN-05-002
- Response Due
- 12/10/2004
- Archive Date
- 12/10/2004
- Description
- USAID RFP TRN-05-002 Title II Food Aid Warehouse and Logistic Services - United States. 1. 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/TRN-05-002 and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2001-23. 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 and signed 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. 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); 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. 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. 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 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 transport to major port areas in the United States. The contractor shall take delivery (possession) of packaged food aid commodities at their warehouse facility rail or truck unloading platform, 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: http://www.usaid.gov/our_work/humanitarian_assistance/ffp/crg/ ) and re-deliver commodities on a F.o.b. origin (warehouse) 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 logistic services. The government anticipates commodity volumes between about 5,000 metric tons and a maximum 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 at the warehouse rail terminal or at their warehouse door (truck) and place the cargo on the warehouse floor. Commodities will be delivered to the warehouse contractor-specified delivery point by USDA commodity vendors on a F.o.b. Destination basis in accordance with Federal Acquisition Regulation 52.247-34. The warehouse contractor will be responsible for calling rail and truck conveyances forward and unloading the conveyance at the terminal or warehouse door. The warehouse contractor will be responsible for any 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). The contractor shall store commodities in a manner which ensures re-delivery by lot, ease of access for inspections and fumigation of lots. 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 CTO verbally and in writing should any commodities or their packaging deteriorate or become infested, or should any commodities be lost or damaged. Should problems be detected in the commodities or packaging upon inspection or re-delivery of the commodities, the contractor shall be liable to USAID for the full replacement value of the rejected commodities. Commodities shall be stored in the warehouse in such a manner that lot identity is maintained. This is required to permit re-delivery of specific commodity lots. 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 of possession of cargo, as well as any documentation associated with re-delivery or transfer of commodities to USAID-designated consignees or carriers. 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 on a F.o.b. Destination basis (FAR 52.247-34) to the warehouse contractor?s specified delivery point. Commodities shall be re-delivered by the warehouse contractor on a F.o.b. Origin basis (FAR 52-247-29) or a F.a.s. Vessel, Port of Shipment basis (FAR 52.247-36). 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. Cargo shall generally consist of agricultural products bagged in 25 kg. paper bags or 50 kg. multi-walled polypropylene or paper bags. Cargo may also include vegetable oil in 208 liter drums, 20 liter pails and 6/4 liter rounds or similar containers. 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, or placing the commodity on the warehouse floor without objection is the contractor?s agreement that the commodity was received in good order. 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 redeliver the bagged or palletized commodities on a F.o.b. Origin basis or to a f.a.s. Vessel, Port of Shipment basis as directed by the contracting officer or CTO. Any delay caused by contractor's inability to place commodities in a F.o.b. 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 owners. The government will normally provide the warehouse contractor notice of re-delivery a minimum of five days prior to loading conveyances for F.o.b. Origin or F.a.s. vessel 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: 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. 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. Disposition of unfit commodities: Any cargo deemed unfit for human consumption at contractor?s facility 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." Carrier Inspection of Commodities: Upon notice to the contractor to redeliver commodities to a USAID/PVO 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. Upon this acceptance, cargo is deemed to be in a delivered position and becomes the full responsibility of the contracted carrier. 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 during January 2005. The contract shall be effective through December 31, 2006 (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 or the contractor with 30 days written notice to the other party. The government contact person for all contract notifications is the contracting officer. 3. EVALUATION CRITERIA FOR PROPOSALS: The following proposal elements will be evaluated by the government to determine the best value: Eligibility requirements: Contractor shall be responsible and the facilities must be USDA Farm Service Agency (FSA) approved or be able to obtain FSA approval; Facilities under the control of the contractor through direct ownership or contractual agreement that covers the term of the contract; and, contractor capability to unload and re-load land conveyances (rail, truck and re-deliver commodities on an f.o.b. origin or f.a.s. vessel, port of shipment basis). A. The rate for commodity receipt, storage, inspection, and re-delivery on a per metric ton basis. Contractor shall provide rates per metric ton (if applicable) as follows: 1. Contractor-selected rail line siding at the unloading platform to warehouse floor. 2. Truck/Trailer/Container warehouse door to warehouse floor (if applicable). 3. Storage Price per metric ton 4. Re-delivery F.o.b. origin. 5. Re-delivery f.a.s. Vessel, Port of Shipment (Contractor should provide prices for re-delivery of commodities from the warehouse to contractor-selected various major ports or port ranges). Fumigation will be paid for by the government on a cost reimbursable basis. Contractors shall propose 1) a rate per metric ton for taking delivery at the local rail terminal (bridge) or at the warehouse rail unloading platform and placing the cargo on the warehouse floor; and, if applicable, 2) a rate per metric ton for taking delivery at the warehouse door (truck) and placing the cargo on the warehouse floor. (Note: USDA food commodity vendors will not unload rail conveyances at a terminal or unloading platform. Truck trailers/containers arriving at the contractor?s warehouse door will be unloaded by the warehouse contractor.) 3) Storage price per metric ton (Calculated on the basis of metric tons on hand at the beginning of each day and invoiced monthly). Contractors shall propose a rate per metric ton for re-delivery of commodities on a 4) f.o.b. origin basis and, 5) f.a.s. vessel, port of shipment basis ? Contractors shall provide prices for delivery on a f.a.s. vessel basis to contractor-selected major ports located in the U.S. In addition to evaluating the above, the government will perform a cost analysis of rail and truck delivery of commodities to the proposed warehouse location and ocean freight service availability and prices from the various contractor-selected major ports or coastal ranges. B. The technical plan of operations - transport connections for delivery and re-delivery of packaged food commodities; ability to unload and take delivery of commodities; ability to load and re-deliver commodities on a f.o.b. origin or f.a.s. vessel, port of shipment basis quickly; warehouse space and conditions and capabilities, key persons and resources. Technical plan of operations - i) Suitability for the task - location, connection to transportation resources of proposed warehouse. Rail siding and unloading platform at warehouse. Quantity of cargo warehouse is able to handle (receive, re-deliver) on a daily basis. Capacity to unload and load conveyances. ii) Warehouse conditions. iii) Qualifications and experience with packaged food logistics of key direct hire or agent personnel (For example - project manager, warehouse supervisor). Labor relations and availability information. iv) Basic plan of operations and condition of resources to be applied in the performance of the contract. Subcontract plan (if appropriate). v) Past performance of the prime (and any sub-contractors), warehouse and key personnel in handling, protection and storage of packaged food aid commodities. Proposals shall include sufficient information and documentation (including addresses, map location and relation to all transportation and port facilities, warehouse photographs and copies of significant contracts, 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 significant elements in the evaluation process, with price (including annual cost and inland and ocean freight costs) more important than technical plan of operation. The government will evaluate proposals and make an award on the basis of the best value to the government. For purposes of USAID proposal evaluation, the following projections shall be used ? Arrival of commodities from vendors - percentages are 75 percent rail and 25 percent truck (warehouse contractor to unload trucks and trailers at the warehouse door); Re-delivery percentages are 50 percent F.o.b. Origin and 50 percent F.a.s. vessel, port of shipment. See Federal Acquisition Regulations 52.247-29 and 52.247-36. 4. PROPOSAL: 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 received 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 on a F.o.b. Destination basis (FAR 52.247-34). Commodities shall be re-delivered by the warehouse contractor on a F.o.b. Origin basis or a F.a.s. Vessel, Port of Shipment basis (FAR 52.247-36) as directed by USAID. 5. DATE, TIME AND PLACE FOR RECEIPT OF OFFERS: Submit clean (all-inclusive) written proposal(s) (THREE copies) for the above requirement to USAID by December 10, 2004 by 1600 hours (Washington, D.C. local time). Courier and hand-delivery of proposals to Mr. Abood 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: John Abood. Mail proposals (in time to assure receipt by the closing time for proposals) to Mr. Abood, 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) 712-1779 to determine the status of the procurement. The government expects to make an award during January 2005.
- Place of Performance
- Address: United States
- Record
- SN00707499-W 20041114/041112211513 (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 |