HDR1010500220000309111430KCCO EXPORT - SOLICITATION BOT1-158, Amendment 1 Bulk Oils and Tallow for Export Programs Solicitation BOT1-158, Amendment 1 dated March 17, 2011 Section 6, Award Notification Date, is changed to 9:00 A.M., March 23, 2011 1. Solicitation Number: BOT1-158 2. Solicitation Issue Date: March 16, 2011 3. Issued By: International Procurement Division USDA ? Farm Service Agency Beacon Facility ? Mail Stop 8738 P.O. Box 419205 Kansas City, MO 64141-6205 4. Solicitation Type: Sealed Bids (IFB) 5. Offer Due Date/Local Time: March 22, 2011, 2:00 P.M. 6. Award Notification Date: No later than 9:00 A.M., March 23, 2011 7. Public Release of Award Date: March 23, 2011, 4:00 P.M. 8. Solicitation Information Contact: Name: Jessica Green Telephone Number: 816-823-1876 E-mail: jessica.green@kcc.usda.gov 9. Internet Address: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas 10. This Acquisition is: /x/ Unrestricted / / Set Aside / / Small Business / / 8(a) HUBZONE PRICE EVALUATION PREFERENCE The Government will award contracts to eligible HUBZone bidders as provided in Part 2, Section A.4 of the Master Solicitation for Commodity Procurements at: http://www.fsa.usda.gov/Internet/FSA_File/master_solicitation.pdf. If the bidder elects to waive the preference, it shall so indicate in its bid. 11. NAICS Codes/Size Standards: See Master Solicitation for Commodity Procurements at: http://www.fsa.usda.gov/Internet/FSA_File/master_solicitation.pdf 12. Delivery Type: F.o.b. vessel 13. Submit Invoices to: FCMO ? Invoice Payment Group USDA ? Farm Service Agency Beacon Facility ? Mail Stop 8578 P.O. Box 419205 Kansas City, MO 64141-6205 For express mail: FCMO ? Invoice Payment Group USDA ? Farm Service Agency Beacon Facility ? Mail Stop 8578 9240 Troost Ave Kansas City, MO 64131-3055 For questions concerning invoices contact Invoice Payment Group at 816-926-6205. 14. Submission of offers: Bids shall only be submitted by facsimile to number 816-926-6795. Bids shall be addressed to the contracting officer indicated below, Kansas City Commodity Office, Attn: IPD Bid Box. To verify facsimile receipt, contact KC Administrative Office Communications Center at 816-823-1012. Bids shall be submitted using offer form KC-327-BOT available at: http://www.fsa.usda.gov/Internet/FSA_File/kc0327bot_051101v01.pdf 15. Schedule of Supplies. The commodities procured under this solicitation are for the following program(s): /X/ P.L. 480 Title II (Procured by FSA on behalf of CCC) / / P.L. 480 Title III (Procured by FSA on behalf of CCC) / / Food For Progress (Procured by FSA on behalf of CCC) / / McGovern-Dole Food For Education / / Section 416(b) (Procured by FSA on behalf of CCC) Line Item Commodity Country Agency MT 1: Crude Degummed Soybean Oil Guatemala CRS* 2,800 Solicitation Total 2,800 * Catholic Relief Services (CRS) The Commodity Requirement Document for BOT1 is available at http://www.fsa.usda.gov/Internet/FSA_File/bot1.pdf 16. Shipment/Delivery Schedule: Delivery Period: Line Item 1: May 10 ? 25, 2011 The Government shall issue a Notice(s) to Deliver at least seven (7) calendar days prior to the first day of each period of performance scheduled in the contract. Contractor shall comply with the instructions in the Notice(s) to Deliver. 17. Other Requirements: A. Vessel loading requirements ? Contractor shall be responsible to have loading berth ready for the vessel within six (6) hours after Notice of Readiness is tendered by the vessel. Demurrage and despatch shall be provided for as defined in the Charter Party. Demurrage, when applicable, shall be paid directly to the vessel owner by the contractor, and the rate is to be stated in the freight offer. Despatch, when applicable, shall be paid directly to the contractor by the vessel owner. Laytime issues are to be settled directly between the vessel owner and the contractor. Under no circumstances shall the Government be responsible for the calculation of laytime or the payment of demurrage or despatch between the vessel owner and the contractor. Any/all disputes between the vessel owner and the contractor arising out of this contract relating to the settlement of laytime and/or the payment of demurrage/despatch shall be arbitrated in New York subject to the rules of the Society of Maritime Arbitrators, Inc. B. For bulk oil: the contractor shall be responsible for providing continuous pumping of the bulk oil at a rate of not less than 150 tons per running hour, per weather working day, Sundays and holidays included. C. For tallow: the contractor shall be responsible for providing continuous pumping of the bulk tallow at a rate not less than 100 tons per running hour, per weather working day, Sundays and holidays included. D. The contractor must furnish and certify a Shipping Document providing information on the commodity as required under current MARPOL 73/78 Annex II and IBC Code regulations. At a minimum, the document should include the following: Vessel Name, Applicable B/L Number, Cargo name (per B/L and per IBC Code), Melting Point (degrees C), Viscosity at 20øC (mPas), and Temperature at which cargo has a viscosity of 50mPas (degrees C). This information should be submitted in a form acceptable to the trade immediately after receipt of the bill of lading, with a copy to the forwarding agent. 18. FAR and Agriculture Acquisition Regulation (AGAR) Provisions and Clauses: A. This solicitation shall be subject to the terms and conditions of KCCO's Master Solicitation for Commodity Procurements (MSCP) in effect as of the date of this solicitation and can be found at: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-ex. The FAR and AGAR provisions and clauses applicable to this solicitation are contained in the MSCP. B. The alteration to FAR provision 52.214-22, Evaluation of Bids for Multiple Awards, found in FAR provision 52.252-3 in the MSCP is deleted for this solicitation. FAR provision 52.214-22 is incorporated into the contract without alteration. C. / / Applicable if checked. FAR Clause 52.232-18, Availability of Funds (Apr 1984). Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the contracting officer. (End of clause) Robert Buxton Contracting Officer, USDA