This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement.The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $45 million.The U. S. Army Corps of Engineers, Mobile District, has a need for a construction contract to repair and re-paint two (2) spillway gates at West Point Dam, West Point, GA. The objective of this project is for the Contractor to provide all labor, materials, supplies, manpower, and equipment necessary to perform weld repairs, blasting, power washing, priming and painting of all metal components of the spillway gates, hoists and associated equipment with a 3-A-Z vinyl paint system. To perform the work, the contractor shall set nine (9) stoplogs to dewater each gate. Only one (1) gate can be dewatered at a time. The existing paint system includes lead primer. Removal and disposal of any failing paint or primer will be accomplished in compliance with applicable laws and regulations. Minor repairs to gate seal keeper bars, skin plates, embedded sills, gate anchorages, lift cables/components, and lifting machinery shall be performed as necessary while each gate is dewatered. Weld repairs shall be performed in accordance with AWS D 1.1 non-tubular statically loaded structures. Repairs shall be done with the gates in place. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror?s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, 8(a), HUBZone, Service Disabled Veteran Owned and Women-Owned Small Businesses shall be indicated on first page of submission.3. Bonding capability: construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity. 4. Description of capability to perform the proposed project, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing contracts. 5. Past performance/experience on projects of similar scope, describing no more than three (3) projects that are at least 50% construction complete within the past five (5) years of the issue date of this Notice. The referenced projects should be of similar scope and magnitude. The past performance information should include project title, location, general description of the job to demonstrate relevance to the proposed project, the bidder?s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE E-MAILED to: Jeffrey.m.donaldson@usace.army.mil and Elizabeth.m.trimble@usace.army.mil. Submittals are due no later than 15 AUG 25. Telephonic responses will not be honored. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.